Metropolitan Washington Airports Authority. Phase 2: Extension To Dulles Airport/Route 772 STATEMENT OF WORK

Size: px
Start display at page:

Download "Metropolitan Washington Airports Authority. Phase 2: Extension To Dulles Airport/Route 772 STATEMENT OF WORK"

Transcription

1 Phase 2: Extension To Dulles Airport/Route 772 STATEMENT OF WORK Design Build Package A Rail Line, Stations, and Systems March 15, 2013 (Rev. 2 - Issued with Final RFP) Final RFP Statement of Work March 15, 2013

2 THIS PAGE INTENTIONALLY BLANK Final RFP Statement of Work March 15, 2013

3 REVISION HISTORY REVISION DATE DESCRIPTION 0 10/15/12 Issued with Draft RFP 1 2/1/13 Issued with Final RFP 2 3/15/13 Issued with Final RFP Amendment No. 3. Incorporates Changes Noted in Final RFP Amendments Nos Final RFP Statement of Work March 15, 2013

4 THIS PAGE INTENTIONALLY BLANK Final RFP Statement of Work March 15, 2013

5 TABLE OF CONTENTS 1 GENERAL PROJECT OVERVIEW GENERAL REQUIREMENTS RESPONSIBILITY OF THE CONTRACTOR DOCUMENTS AVAILABLE TO CONTRACTOR Project Technical Requirements Reference Documents CRITERIA, CODES AND STANDARDS Design Criteria Codes and Standards Design Deviations or Exceptions PERMITTING Permitting Tasks and Responsibilities Environmental Permits Building and Construction Permits Additional Permitting Requirements JURISDICTIONAL BOUNDARIES Stations and Facilities Roadways Other Jurisdictions KEY PROJECT INTERFACES Interface with Phase Interface with Existing WMATA Systems Interfaces at Dulles Airport Interfaces with VDOT And Dulles Greenway Facilities Interfaces with Dominion Virginia Power Interfaces with Fairfax County Parking Garage at the Herndon Station Interface with Dulles Yard And Shop Facility (Package B) Interfaces with Future Parking Garages (Package C) Other Interfaces PRELIMINARY ENGINEERING DESIGN COMMENTS PROPERTY ACQUISITION USE OF UNITED GROUND SERVICE EQUIPMENT BUILDING Final RFP Statement of Work i March 15, 2013

6 2 RAIL LINE SURVEY AND MAPPING Summary of Contract Requirements Additional Survey and Mapping Requirements GEOTECHNICAL Summary Of Contract Requirements Additional Geotechnical Requirements LINE AND TRACK Summary of Contract Requirements Additional Line and Track Requirements RETAINING WALLS Summary of Contract Requirements Additional Retaining Wall Requirements BRIDGES AND AERIAL GUIDEWAY STRUCTURES Summary of Contract Requirements Additional Bridge and Aerial Guideway Structure Requirements ROADWAYS Summary of Contract Requirements Additional Roadway Requirements DRAINAGE AND STORMWATER MANAGEMENT Summary of Contract Requirements Additional Drainage and Stormwater Management Requirements UTILITIES Summary of Contract Requirements Additional Utilities Requirements STATIONS AND FACILITIES RAIL STATIONS Summary of Contract Requirements Additional Rail Station Requirements STATION SITES AND WAYSIDE FACILITIES Summary of Contract Requirements Additional Station Sites and Wayside Facilities Requirements LANDSCAPING Summary of Contract Requirements Additional Landscaping Requirements Final RFP Statement of Work ii March 15, 2013

7 4 RAIL SYSTEMS POWER DISTRIBUTION SYSTEM Summary of Contract Requirements Additional Power Distribution System Requirements TRACTION POWER SYSTEM Summary of Contract Requirements Additional Traction Power System Requirements STRAY CURRENT AND CATHODIC PROTECTION Summary of Contract Requirements Additional Stray Current and Cathodic Protection Requirements AUTOMATIC TRAIN CONTROL Summary of Contract Requirements Additional Automatic Train Control Requirements COMMUNICATIONS Summary of Contract Requirements Additional Communications Requirements APPENDICES Appendix 1 Amended Preliminary Engineering Drawings Appendix 2 Technical Requirements for VDOT Facilities and Other Roadways Appendix 3 Approved and Pending WMATA Design Deviations Appendix 4 Limited Access Control Change Locations Appendix 5 Phase 1 Phase 2 Interface Plans Appendix 6 Contract Package Interfaces Appendix 7 PE Design Comments Appendix 8 Property Acquisition Priority List Appendix 9 Planned Roadway Improvements Appendix 10 Traction Power System Requirements Final RFP Statement of Work iii March 15, 2013

8 LIST OF FIGURES Figure 1. Dulles Corridor Metrorail Project Map... 1 Figure 2. Additional Dulles Airport Contractor Laydown Site Figure 3. Airport Historic District Guideway Design Concept Figure 4. DIAAH and DTR Design Concept at the Herndon Station Figure 5. DIAAH and DTR Design Concept at the Innovation Center Station Figure 6. Preliminary Sound Wall Location at Innovation Center Station Figure 7. Preliminary Sound Wall Location at SWM Facility Figure 8. Airport Station Escalator Support Design Concept Figure 9: Dulles Airport DVP Substation Location and Ductbank Figure 10: Shellhorn Road DVP Substation Location and Ductbank LIST OF TABLES Table 1. Design-Build Phase: Permitting Tasks and Responsibilities Table 2. Summary of Required Environmental Permits and Approvals Table 3. Summary of Required Construction Permits and Approvals Final RFP Statement of Work iv March 15, 2013

9 1 GENERAL 1.1 PROJECT OVERVIEW The Metropolitan Washington Airports Authority (Airports Authority), in cooperation with the Washington Metropolitan Area Transit Authority, (WMATA), the Commonwealth of Virginia, Fairfax County, and Loudoun County (collectively, the Project Partners), is designing and constructing a 23.1-mile extension of WMATA's Metrorail System in the rapidly growing Dulles Corridor in Northern Virginia within the greater Washington, D.C., metropolitan area (Figure 1). The Dulles Corridor Metrorail Project (Project) is being implemented in two phases Phase 1 (the Extension to Wiehle Avenue) and Phase 2 (the Extension to Dulles Airport/Route 772). Phase 1, currently under construction, includes 11.7 miles of new track and extends from the East Falls Church station through Tysons Corner to Wiehle Avenue in Reston. It includes four new stations in Tysons Corner and an interim terminus station at Wiehle-Reston East. Figure 1. Dulles Corridor Metrorail Project Map Final RFP Statement of Work 1 March 15, 2013

10 Phase 2 will extend the line another 11.4 miles farther northwest, from Wiehle-Reston East through Dulles International Airport to a terminus near Route 772 in eastern Loudoun County. Six additional stations will be constructed in Phase 2 -- three in Fairfax County, one at Dulles International Airport, and two in Loudoun County. Phase 2 includes at-grade guideway, stations, and rail systems in the median of the Dulles International Airport Access Highway (DIAAH) and Dulles Greenway as well as an aerial (elevated) guideway, station, and a yard and shop facility at Dulles Airport. New parking garages at stations will provide a total of 8,900 parking spaces for Metrorail users. Wayside facilities, including traction power substations, tiebreaker stations, and stormwater management ponds will also be constructed along the alignment. The design and construction of Phase 2 has been broken into several contract packages as follows: Package A includes the rail line, stations, and systems elements for all of Phase 2, including: Rail tracks at-grade and supporting infrastructure in the DIAAH and Dulles Toll Road (DTR) rights-of-way, roadway improvements, bridge structures, relocation of existing utilities and installation of new utilities, stormwater management facilities, power distribution system, traction power substations (TPSS), tie breaker stations (TBS), communications equipment and train control equipment. Rail tracks on elevated (aerial) structures and supporting infrastructure within the boundaries of Dulles International Airport, including tracks for regular revenue service and tracks for access to the yard and shop, roadway improvements, bridge structures, relocation of existing utilities and installation of new utilities, stormwater management facilities, power distribution system, traction power substations, tie breaker stations, communications equipment and train control equipment. Five new at-grade stations located at Reston Parkway (Reston Town Center), Monroe Street (Herndon), Route 28 (Innovation Center), Route 606 and Route 772 in the median of the DIAAH or the Dulles Greenway. Each station shall include pedestrian bridges crossing the DIAAH/DTR or the Dulles Greenway, entry pavilions, access roadways, surface parking and bus facilities on new rightof-way adjacent to the DTR. One new elevated (aerial) station in the vicinity of the North Daily Parking Garage at Dulles International Airport, with direct connection to the existing pedestrian tunnel providing access to the Main Terminal. Package B is anticipated to include the construction of the WMATA Yard and Shop Facility at Dulles Airport, including: rail tracks, maintenance buildings, service buildings, roadway improvements, specialized equipment installation, stormwater management facilities, and traction power, communications and train control equipment. A separate Airports Authority procurement will be conducted for Package B. Final RFP Statement of Work 2 March 15, 2013

11 Package C is anticipated to include up to five new Parking Garage structures at the Herndon, Innovation Center, Route 606 and Route 772 stations. Under the terms of the December 2011 Memorandum of Agreement between the U.S. DOT and the Project Partners, primary responsibility for the funding, design, and construction of the Phase 2 Parking Garages has been transferred to Fairfax and Loudoun Counties. Therefore, no Airports Authority procurement for these facilities is planned at this time. 1.2 GENERAL REQUIREMENTS This Statement of Work generally defines the scope, configuration, and performance requirements necessary to ensure that the delivery of Package A meets the requirements of the Airports Authority and other Project Partners and is fully integrated with the Phase 1 portion of the Project. The full scope and specific requirements for Package A are provided in the Project Technical Requirements documents, which include this Statement of Work, the Technical Specifications, the Preliminary Engineering (PE) Drawings and Safety and Quality requirements. In addition to the Project Technical Requirements, various reports and technical analyses were prepared during and after the completion of PE for Phase 2. Any such materials provided to the Contractor are for reference only and shall not be used as the basis for any design and construction activities without prior verification by the Contractor. The Project Technical Requirements do not replace any Contract requirements, nor relieve the Contractor of any Contract obligations. An earlier version of this document prepared during PE for Phase 2 was entitled Program Criteria. Accordingly, any references to Program Criteria in documents provided to the Contractor shall be understood to refer to this Statement of Work. Subsequent to the completion of PE, the names of the three Fairfax County stations were changed as noted in Section of this Statement of Work. The Contractor is advised that this Statement of Work uses the new station names while the PE drawings, reports and analyses may use the previous station names. 1.3 RESPONSIBILITY OF THE CONTRACTOR The Contractor is responsible for the successful and timely delivery of Package A, including the design, construction, supply, installation, testing and acceptance of all elements, facilities and equipment to the Airports Authority, WMATA, VDOT, and TRIP II upon substantial completion The Contractor is also responsible for the definition and management of all interfaces with existing WMATA facilities and systems, Airports Authority facilities and systems, utilities, and other Project-related construction activities, including the Phase 2 rail yard and the station parking garages. Package A is to be developed and delivered in accordance with the Project Technical Requirements and all other applicable requirements. The Contractor is responsible for providing a complete solution for Package A that addresses all design, functional, and operational issues. The Contractor is responsible for coordinating the requirements and activities among the various Final RFP Statement of Work 3 March 15, 2013

12 disciplines and entities necessary to design and construct a fully integrated Package A. The Contractor shall use the Project Technical Requirements as the basis for developing its designs and shall be responsible for ensuring compliance with applicable codes, standards, and other conditions required by regulatory or approving entities, accepted industry and professional design practices, and other applicable requirements. The Contractor shall confirm actual dimensions and precise locations of all Package A elements, facilities, and equipment based on applicable criteria, functional relationships, Codes and Standards, Laws, Regulations and Ordinances, site-specific requirements (including vertical and horizontal clearances), and end-user operating and maintenance requirements. The Contractor shall be responsible for confirming the accuracy and completeness of all data utilized in the design and construction of Package A. The Contractor shall be responsible for the definition and management of all interfaces with existing WMATA facilities and systems, Airports Authority facilities and systems, utilities, and other Phase 2 elements, including Package B (Yard and Shop) and Package C (Station Parking Garages). The Contractor shall be responsible for preparing all necessary design, permitting, construction, and acceptance documents in accordance with the Contract and the requirements defined in Project Technical Requirements. The Contractor must obtain approval from the Airports Authority for any changes to, or deviations from, the Project Technical Requirements and applicable criteria, codes and standards. The Contractor shall be responsible for obtaining all approvals of design, construction, and testing activities in accordance with the Contract and the requirements defined in the Project Technical Requirements. The Contractor shall obtain, on behalf of the Airports Authority where applicable, all permits necessary for the temporary and permanent construction of Package A. The Contractor shall be responsible for identifying and obtaining all necessary approvals to occupy all areas for materials storage, laydown, equipment, temporary facilities and other similar aspects of the work. The Airports Authority has identified specific locations within the boundaries of Dulles International Airport property that can be used for long-term staging and laydown areas subject to any required Airports Authority permits or approvals. The Contractor shall be responsible for mitigation of all hazardous environmental conditions encountered during the design and construction of Package A. Information on existing environmental conditions has been provided to the Contractor by the Airports Authority. Final RFP Statement of Work 4 March 15, 2013

13 The Contractor shall be responsible for confirming that the right-of-way and property requirements identified in the Project Technical Requirements are adequate for the construction and operation of the Package A facilities. If not, the Contractor shall be responsible for confirming and justifying the additional areas needed to complete the work, including preparation of revised Property Identification Plans. The Contractor shall be responsible for defining and acquiring necessary temporary or permanent utility relocation and utility service easements. The Contractor shall be responsible for developing and obtaining approval of necessary Maintenance of Traffic plans. The Contractor shall be responsible for maintenance and improvements to existing roadways and pavement as necessary to accommodate construction traffic and associated loading. The Contractor shall repair roads and pavement damaged during construction and hauling operations. The Contractor shall complete and document the successful performance of all inspections, testing, and functional demonstrations necessary to verify compliance with Package A requirements to the satisfaction of the Airports Authority, WMATA, VDOT, and other approving entities. The Contractor shall be responsible for conducting and/or supporting public and community outreach activities in accordance with the Contract requirements. The Contractor shall prepare and deliver as-built and record documents in accordance with the Contract requirements. 1.4 DOCUMENTS AVAILABLE TO CONTRACTOR PROJECT TECHNICAL REQUIREMENTS The following documents provided to the Contractor constitute the Project Technical Requirements and are listed in order of precedence. The scope for Package A specified in the Project Technical Requirements is mandatory, with the understanding that specific sections of this Statement of Work may modify these requirements by providing for additional flexibility, requirements, and/or restrictions. 1. Package A Statement of Work and Appendices (February 2013) 2. Technical Specifications: All Technical Specifications in the Project Technical Requirements include a revision designation on the title page. Individual specifications issued with the Draft RFP that have not been revised, or new specifications added for the Final RFP, are designated as Revision 0. Individual specifications that have been revised or updated since the issuance of the Draft RFP are designated as Revision 1. The most current revision of each individual technical specification included in the Project Technical Requirements shall be used as the basis for Final RFP Statement of Work 5 March 15, 2013

14 preparing final specifications. The Contractor is responsible for preparing final specifications, reformatting to comply with a 50-division format, and obtaining necessary approvals in accordance with the Contract requirements. Technical Specifications, Volume 1 Division 02 (October 2012 or February 2013) Technical Specifications, Volume 2 Divisions 03 to 06 (October 2012 or February 2013) Technical Specifications, Volume 3 Divisions 07 to 13 (October 2012 or February 2013) Technical Specifications, Volume 4 Divisions 14 to 15 (October 2012 or February 2013) Technical Specifications, Volume 5 Division 16 (October 2012 or February 2013) Technical Specifications, Volume 6 Division 16 (October 2012 or February 2013) Technical Specifications, Volume 7 Division 16 (October 2012 or February 2013) Metropolitan Washington Airports Authority, Specification Sound Barrier Walls (February 2013) 3. Preliminary Engineering Drawings: Selected individual plan sheets included in the PE drawings have been amended to reflect new or revised design requirements, and are included in Appendix 1 (Amended Preliminary Engineering Drawings). Any plan sheet included in Appendix 1 supersedes and replaces in its entirety, the same sheet included in the original PE drawing set. Preliminary Engineering Drawings, Volume 1 Track and Line Structures (November 2011) Preliminary Engineering Drawings, Volume 2 Civil (November 2011) Preliminary Engineering Drawings, Volume 3 Stations and Facilities (November 2011) Preliminary Engineering Drawings, Volume 4 Systems (November 2011) Preliminary Engineering Drawings, Volume 5 Yard and Shop (November 2011) Preliminary Engineering Drawings, Volume 7 Airport Segment: North Garage Aerial (February 2012) Updated Property Identification Plans (March 2012) 4. Other Requirements: Dulles Corridor Metrorail Project Phase 2, Quality Program Plan, Rev. 1 (March 2013) Dulles Corridor Metrorail Project Phase 2, Requirements for System Safety/Security Management Plan, Rev. 2 (March 2013) Final RFP Statement of Work 6 March 15, 2013

15 The Airports Authority recognizes that the Contractor may, during the design development process, offer design and/or construction solutions that contain minor variations in the location(s), profile(s), and/or configuration(s) of the Package A elements, facilities, and equipment shown in the PE design. All such variations are subject to approval by the Airports Authority and must comply with applicable criteria codes, standards, accepted industry design or construction practices, and other applicable requirements. These minor design and construction variations are deemed to be included within the Contract Price and are not eligible for cost sharing as Value Engineering Change Proposals. Any new or amended Regulatory Approvals required by such variations shall be the Contractor s responsibility. Any major variations to the PE design proposed by the Contactor shall comply with all applicable requirements and provide equal or better appearance, functionality, and durability for operations and maintenance than the PE Design. All major design and construction variations proposed by the Contractor shall be considered and processed in accordance with the Value Engineering provisions of the Contract (Section 29.18). Any new or amended Regulatory Approvals required by such variations shall be the Contractor s responsibility REFERENCE DOCUMENTS Various reports and technical analyses were prepared during and subsequent to the completion of PE for Phase 2 and are available to the Contractor as supplemental information. These documents are intended to provide additional background on the PE design approach or existing site conditions, but do not define Contract requirements. Some reports address the original tunnel design for the Dulles Airport segment of Package A and have not been updated. Information provided in these documents may not accurately reflect previous or present conditions. The Contractor is responsible for verifying and validating all technical information required to complete its work. The supplemental documents include: 1. Preliminary Engineering Reports: Basis of Design Report (November 2011) Basis of Design Report Update: Airport Segment (February 2012) Final Accessibility Compliance Report (August 2011) Final Communication Radio Coverage Study (March 2011) Final Interface Control and Commissioning & Integration Testing Report (February 2011) Final Constructability Report (August 2011) Emergency/Maintenance Vehicular Crossover Report, Revision 2 (August 2011) Final Fire-Life Safety Report (September 2011) Preliminary Floodplain Impact Analysis Report (August 2011) Preliminary Engineering Geotechnical Data Report (April 2011) Final RFP Statement of Work 7 March 15, 2013

16 Final Site Investigation Report and Soil Contamination Report (January 2011) Final Soils Management Plan (June 2011) Draft Traction Power Load Flow Study (January 2011) Station Site Plan Analysis Report (July 2011) Preliminary Stormwater Management Report (September 2011) Final PE Traffic Analysis Compendium Report (September 2011) Preliminary Hazard Analysis (June 2010) Final Instrumentation and Monitoring Report (March 2011) Technical Reports Update: Airport Segment (February 2012) Draft Special Exception Plats (June 2012) Property Identification Base Plans (May 2012) Escalator Supports at Dulles Airport Station Technical Memorandum (April 2012) Supplemental Traffic Analysis for the Reston (Reston Town Center) Station: Access Management Evaluation Edmund Halley Drive (May 2012) Supplemental Traffic Analysis for the Off-Site Improvement: Reston (Reston Town Center) Station (March 2012) Supplemental Traffic Analysis for the Herndon-Monroe (Herndon) Station (May 2012) Supplemental Traffic Analysis for the Route 28 (Innovation Center) Station North (May 2012) Supplemental Traffic Analysis for the Route 606 Station: Old Ox Road and Moran Road North (March 2012) Traffic Signal Warrant Study Intersection of Sunset Hills Road and Reston (Reston Town Center) Station Access Road/Office Park Drive (March 2012) Traffic Signal Warrant Study Intersection of Sunrise Valley Drive and North Entrance to Route 28 (Innovation Center) Station South (March 2012) Traffic Signal Warrant Study Intersection of Access Road and South Entrance to Route 28 (Innovation Center) Station South (April 2012) Traffic Signal Warrant Study Intersection of Lockridge Road and Moran Road (May 2012) Traffic Signal Warrant Study Intersection of Lockridge Road and North Entrance - Route 606 Station (March 2012) 2. Environmental Documents: FTA Final Environmental Impact Statement for the Dulles Corridor Rapid Transit Project (December 2004) Final RFP Statement of Work 8 March 15, 2013

17 FAA Record of Decision Dulles Corridor Metrorail Project at Washington Dulles International Airport (July 2005) FTA Amended Record of Decision Dulles Corridor Metrorail Project, Fairfax and Loudoun Counties, Virginia (November 2006) Phase 2 PE Design Refinements Environmental Assessment (April 2012) FTA Finding of No Significant Impact Dulles Corridor Metrorail Project, Phase 2 Preliminary Engineering Design Refinements, Fairfax and Loudoun Counties, Virginia (December 2012) FAA Finding of No Significant Impact/Record of Decision Dulles Corridor Metrorail Project, Phase 2 at Washington Dulles International Airport (January 2013) Section 106 Determination of Effects Report Historic Architecture (November 2011) Final Phase IB/II Report Archaeological Resources Survey Addendum (December 2011) Section 106 Memorandum of Agreement (October 2012) Final Historic Resources Treatment Plan (January 2013) Final Archaeological Resources Treatment Plan (January 2013) Phase 1 Environmental Site Assessments and Transaction Screen Process Reviews (August - November 2012) Virginia Department of Environmental Quality (VDEQ) Virginia Water Protection (VWP) Individual Permit dated June 10, 2011 United States Army Corps of Engineers (USACE) Department of the Army Permit (Section 404) NAO dated June 15, 2011 Virginia Marine Resources Commission (VMRC # ) permit dated October 18, 2011 (for crossings of Broad Run and Horsepen Run) Joint Permit Application : Request for Authorization from the US Army Corps of Engineers and for an Individual Virginia Water Protection Permit from the Virginia Department of Environmental Quality (January 2011) Joint Permit Application : Response to Request for Additional Information (March 2011) Joint Permit Application Permanent Maintenance Roadway Impact Areas Dulles Corridor Metrorail Project - Mitigation Measures Summary Report (October 2012) Fairfax County Planning Commission, Dulles Corridor Metrorail 2232 Hearing Staff Report (December 2006) and Planning Commission Approval (January 2007) Final RFP Statement of Work 9 March 15, 2013

18 3. Phase 1 Design Documents: Phase 1 Architecture Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Automatic Train Control Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Civil Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Communications Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Electrical Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Grading Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Landscaping Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Mechanical Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Soils Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Structures Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Traction Power Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Track Issued for Construction Drawing Excerpts(Various Dates) Phase 1 Traffic Maintenance Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Utilities Issued for Construction Drawing Excerpts (Various Dates) Phase 1 Structural Wind Load Study - Canopy (October 2008) Phase 1 Cladding Wind Load Study - Canopy (October 2008) Phase 1 Wind Load Distribution Study - Canopy (October 2008) Phase 1 Structural Wind Load Study Vault Roof (September 2008) Phase 1 Cladding Wind Load Study - Vault Roof (September 2008) Phase 1 Wind Load Distribution Study - Vault (October 2008) Phase 1 Typical Drawings for Traction Power, Automatic Train Control, and Communications Drawings (Various Dates) Phase 1 Specification Electronic Trip Station Monitoring (November 2012) Phase 1 Specification Remote Monitoring Wire and Cable for Traction Power (November 2011) Wiehle Avenue Station Fire Modeling Performance Analysis (May 2010) Phase 1 Retaining Wall Access Ladder Details (Various Dates) Final RFP Statement of Work 10 March 15, 2013

19 Phase 1 Mezzanine Porcelain Tile Details (May 2011) 4. Design Documents Adjacent Projects: Design Drawings for Median Bridge Pier, Plan and Profile of Proposed (UPLIC) Barrister Street Bridge over Dulles Greenway TRIP II (August 2011) Design Drawings for SB Route 28 Bridge Over Route 267 (Dulles Access Toll Road) Virginia Department of Transportation (June 2012) 100% Design Report - Washington Dulles International Airport North Flank Parking Garage Pedestrian Connector Tunnel (May 1999) North Flank Parking Garage Washington Dulles International Airport: Record Drawings (May 2000) Pedestrian Connector Tunnel Washington Dulles International Airport: Advance Work and Record Drawings (July 2000) Saarinen Circle Roadway Improvements Washington Dulles International Airport: Record Drawings (March 1999) United Ground Support Equipment Building Design and Construction Drawings (Various Dates) 5. Other Documents: Preliminary Engineering Drawings CAD Files (excluding Parking Garages and Rail Yard) Dulles Corridor Metrorail Project Phase 2 Communications and Outreach Plan, Rev. 1 (December 2012) WMATA Low Distortion Projection Survey Information and Supplemental Information (October 2012) WMATA Dulles Phase 2 Extension - Traction Power System Load Flow Study Simulation Report, Revision 1 (September 2012) Traffic Volumes Dulles Airport Terminal Roadways, Daily 1 (North) Parking Garage, and Parking Shuttle Buses (Various Dates) Dulles Toll Road Proposed Noise Wall Locations (May 2012) 1.5 CRITERIA, CODES AND STANDARDS The Contractor shall comply with all applicable Federal and state laws and regulations, Virginia and jurisdictional building codes, environmental regulations, approving agency requirements, and the Airports Authority requirements in completing the design, construction, installation, testing and acceptance, and turnover of Package A. The Contractor shall also comply with the policies and procedures of the jurisdiction responsible for issuing any permit required for the Final RFP Statement of Work 11 March 15, 2013

20 Contractor to perform its work. Any additional requirements identified in the FTA Amended Record of Decision (November 2006), the FTA Finding of No Significant Impact (December 2012), the FAA Record of Decision (July 2005), the FAA Finding of No Significant Impact/Record of Decision (January 2013), or subsequent revisions to these documents shall also apply. The Contractor is responsible for identifying any conflicts or overlapping requirements among applicable standards and criteria. In the event that a clear order of precedence cannot be established, or a difference in the interpretation of the criteria, codes, or standards, cannot be resolved, the Contractor shall present the matter to the Airports Authority for a formal determination. Where conflicts or overlapping requirements exist, those of the agency or entity that will ultimately own and/or operate and maintain a given facility shall take precedence, unless otherwise approved by the Airports Authority. The absence of specific references to applicable criteria, codes or standards in this Statement of Work document, or elsewhere in the Project Technical Requirements, does not absolve the Contractor of the obligation to comply with this requirement. Unless otherwise noted, the Contractor must verify and use the latest (most current) versions (or editions) of applicable design criteria, codes and standards. The Contractor is also responsible for acquiring and utilizing any necessary criteria, codes, standards, manuals, instructions, or guidelines necessary to prepare the design, permitting, construction, and acceptance documents for Package A. If, during the course of design, the Contractor determines that a specific design criteria, code or standard not listed here is required, it is the responsibility of the Contractor to identify the pertinent document(s) and submit to the Airports Authority for approval prior to their use. Any required deviations or variances from applicable criteria, codes, or standards shall be identified and submitted for approval prior to the completion of design DESIGN CRITERIA The Contractor shall be responsible for determining and/or confirming all applicable design criteria requirements for all aspects of the work and ensuring compliance with these requirements in completing the design, construction, and acceptance of Package A. These criteria represent the minimum requirements to be met. The design standards and criteria for all WMATA facilities in Package A are established by the WMATA Design Criteria and Requirements which consist of: a) the WMATA Manual of Design Criteria for Maintaining and Continued Operation of Facilities and Systems, Release 9 (May 2008), b) applicable WMATA Standard and Design Drawings, Release 9 (Various Dates), c) the Summary of Technological Enhancements to Release 9 of the WMATA Design Criteria (March 2010), and d) applicable WMATA safety and security Requirements, as modified by approved deviations (WMATA Design Standard Change Proposals) and changes allowed by the Airports Authority-WMATA Cooperative Agreement. WMATA Standard (ST) Drawings are system wide standards and shall be used by the Contractor, where appropriate, to develop design details for Package A. WMATA Design (DD) Drawings (which include WMATA s Architectural Standard Details) are sample solutions and shall be used by the Contractor, where appropriate, to develop design details for Package A. Final RFP Statement of Work 12 March 15, 2013

21 The current WMATA ST and DD Drawings shall be reviewed by the Contractor to determine applicability. The Contractor shall either adopt or adapt necessary details into its design and construction plans. The WMATA ST or DD Drawings are not to be used for construction purposes. The Airports Authority s Dulles International Airport Design Manual (2010) establishes design standards and criteria for all construction projects at Dulles Airport (including the DIAAH), as well as policies and procedures related to Airport operations, security, airside access, and other work restrictions. The Contractor shall note that the requirements of the Dulles Airport Design Manual maybe more restrictive or stringent than requirements of other jurisdictions. Design and construction of those facilities that will be owned and maintained by the Airports Authority (such as roadways, parking lots, drainage facilities, utilities, landscaping, signage, and fencing) shall be in accordance with the Dulles Airport Design Manual. Within the boundaries of Dulles Airport, the design and construction of those facilities to be owned and maintained by WMATA, including the aerial guideway, Dulles Airport station, 34.5 kv ductbank, and wayside facilities shall be designed and constructed in accordance with the WMATA Design Criteria and Requirements CODES AND STANDARDS The Contractor is responsible for determining and/or confirming the applicable codes and standards for all aspects of the work and ensuring compliance with these requirements in completing the design, permitting, construction, and acceptance of Package A. The Contractor shall refer to specific design requirements mandated by applicable Virginia and Federal law. Where specific documents or standards are incorporated by reference into a law or administrative code, the Contractor shall use the most recently adopted version of that document or standard. The Contractor shall be responsible for identifying the need for and preparing any code or standard modification requests to the appropriate agency, jurisdiction or governing body. In addition to the codes and standards that are legally required, the Contractor shall design and construct the Project in accordance with the following: American Association of State Highway and Transportation Officials (AASHTO) A Policy on Geometric Design of Highways and Streets Standard Specifications for Highway Bridges, 17 th Edition (Aerial Guideway and Trackway Bridges) Guide Specifications for Bridge Temporary Works Guide for the Planning, Design and Operation of Pedestrian Facilities Guide Specifications for Design and Construction of Segmental Concrete Bridges LRFD Guide - Specifications for the Design of Pedestrian Bridges Guide for the Design of Pavement Structures Final RFP Statement of Work 13 March 15, 2013

22 LRFD Bridge Design Specifications Article (Protection of Structures and Pedestrian Bridges) Standard Specifications for Structural Supports for Highway Signs, Luminaries, and Traffic Signals American Concrete Institute (ACI) Building Code Requirements and Specifications for Masonry Structures, ACI 530, by ACI and the Masonry Joint Committee Building Code Requirements for Reinforced Concrete, ACI Manual of Standard Practices for Detailing Reinforced Concrete Structures, ACI 315 Building Code Requirements for Reinforced Concrete, ACI (Appendix A Alternate Design Method) Specifications for Structural Concrete for Buildings, ACI 301 American Railway Engineering and Maintenance-of-Way Association (AREMA) Communications and Signals Manual of Recommended Practices Manual for Railway Engineering Portfolio of Track Work Plans Fairfax County Guidelines for the Use of Innovative BMPs in Fairfax County Interim Policy Regarding Tree Preservation and Planting in and around Storm Water Management Ponds Public Facilities Manual Zoning Ordinance Federal 14 CFR Part 77, Objects Affecting Navigable Airspace 23 CFR 625, National Highway System Design Criteria and Standards Federal Aviation Administration Advisory Circulars: o o o AC 150/ , Hazardous Wildlife Attractants on or near Airports AC 150/ , Airport Design AC 150/5370-2, Operational Safety on Airports During Construction US Department of Transportation, Federal Highway Administration Directives and Policy Memorandums Final RFP Statement of Work 14 March 15, 2013

23 US Department of Transportation, Federal Transit Administration Directives and Policy Memorandums Loudoun County (exclusive of Dulles International Airport): Loudoun County Facilities Standards Manual Loudoun County Zoning Ordinance Metropolitan Washington Airports Authority (Airports Authority) Construction Safety Manual (July 2002) Dulles International Airport Design Manual (2010) Landscape Master Plan Washington Dulles International Airport (August 2007) National Fire Protection Association (NFPA) NFPA 88A Standard for Parking Structures NFPA 101 Life Safety Code NFPA 130 Standard for Fixed Guideway Transit and Passenger Rail Systems NFPA 220 Standard on Types of Building Construction National Oceanic and Atmospheric Administration Technical Memorandum NOS NGS-58 (Guidelines for Establishing GPS-Derived Ellipsoid Height, 1997) Technical Memorandum NOS NGS-59 (Guidelines for Establishing GPS-Derived Orthometric Heights, 2008) Northern Virginia Planning District Commission Northern Virginia BMP Handbook: A Guide to Planning and Designing Best Management Practices in Northern Virginia Town of Herndon Town of Herndon Zoning Ordinance Utility Owner Standards Utility design and relocation work performed by the Contractor shall be in compliance with the latest standards of the utility owners, including, but not limited to, the following: AT&T Core AT&T Local (TCG Virginia) Final RFP Statement of Work 15 March 15, 2013

24 CenturyLink Communications Corporation CenturyLink Government Programs (Qwest Government Services, Inc.) Colonial Pipeline Company Columbia Gas of Virginia Columbia Gas Transmission Comcast Cox Communications, Inc. District of Columbia Water and Sewer Authority (DC Water) Dominion Virginia Power (including Electrical Delivery Conduits Specification, Distribution Construction Manual and associated documents) Fairfax County Department of Public Works and Environmental Services, Office of Wastewater Management Fairfax County Water Authority (Fairfax Water) FiberGate FiberLight Level 3 Communications Loudoun County Sanitation Authority (Loudoun Water Engineering Design Manual and related documents) MCI (Verizon Business) OpenBand of Virginia Shenandoah Telecommunications Company (Shentel) Time Warner Telecommunications Town of Herndon Department of Public Works Verizon Communications Verizon Virginia Verizon South Washington Gas Windstream Communications XO Communications Zayo Group (MFN/Above Net) Final RFP Statement of Work 16 March 15, 2013

25 Virginia Department of Conservation and Recreation Virginia Erosion and Sediment Control Handbook Virginia Erosion and Sediment Control Technical Bulletins (1 through 4) Virginia Land-Disturbance Guidance for Telephone, Cable, Electric, Natural Gas Pipeline and Railroad Companies Virginia Stormwater Management Program - Technical Bulletins (1 through 8) Variance Requests for Utility, Pipeline, and Railroad Projects: Guidance for Completing a Project-Specific Erosion and Sedimentation Control Plan Virginia Department of Health Sewage Collection and Treatment Regulations Virginia Department of Housing and Community Development Virginia Uniform Statewide Building Code VUSBC (2009) Virginia Department of Transportation (VDOT) Standards, Specifications, Reference Manuals, Special Provisions and Supplemental Specifications Applicable to the Design and Construction of VDOT Facilities (see Appendix 2 Technical Requirements for VDOT Facilities and Other Roadways) Washington Metropolitan Area Transit Authority WMATA CADD Standards (March 2012) WMATA Manual of Design Criteria for Maintaining and Continued Operation of Facilities and Systems, Release 9 (May 2008) WMATA Summary of Technological Enhancements to Release 9 of the WMATA Design Criteria (March 2013) WMATA Standard and Design Drawings, Release 9 (Various Dates) WMATA System Safety Program Plan (January 2011) WMATA Metrorail Safety Rules and Procedures Handbook (April 2011) WMATA Manual for Technical Specifications and Requirements for Systemwide Surveying and Mapping Services Metro Extension (March 2011) WMATA Signage Standard Manual (March 2008) WMATA Station Site and Access Planning Manual (May 2008) WMATA Adjacent Construction Project Manual, Revision 4 (February 2010) Final RFP Statement of Work 17 March 15, 2013

26 Other Design Standards American Institute of Steel Construction (AISC): Steel Construction Manual American National Standards Institute (ANSI) American Society of Civil Engineers (ASCE): Minimum design loads Minimum Design Loads for Buildings and Other Structures, ASCE 7 American Society of Testing and Materials (ASTM) American Welding Society (AWS) Welding Code D 1.1and D 1.4 Illuminating Engineering Society of North America (IESNA) Handbook Institute of Electrical and Electronics Engineers (IEEE) including C37, C51, C34 International Energy Code IECC, Commercial Energy Code Compliance, Chapter 8, Section 802, Envelope Requirements. Manual of Uniform Traffic Control Devices (MUTCD) National Electrical Code (NEC) National Electrical Manufacturers Association (NEMA) standards National Electrical Safety Code (NESC) Post-Tensioning Institute: Post-Tensioning Manual Precast Prestressed Concrete Institute: PCI Design Underwriters Laboratory (UL) DESIGN DEVIATIONS OR EXCEPTIONS The Project Technical Requirements incorporate deviations from the applicable WMATA criteria and standards (Design Standard Change Proposals) that may be utilized in the Contractor s design for Package A. Additional details are provided in Appendix 3 (Approved and Pending WMATA Design Deviations). The Contractor is advised that the VDOT Design Exceptions previously submitted for consideration based on the PE design have been withdrawn. Upon further evaluation of these designs in the vicinity of the Innovation Center and Herndon-Monroe stations, the Airports Authority has now identified design solutions for the DIAAH and DTR at these locations that would eliminate the need for shoulder width design exceptions at each location. Separate Design Exceptions would still be required for reduction in travel lane widths (from 12 to 11 foot lanes) needed for continuity with the rest of the DTR. It is the Contractor s responsibility to complete the designs for the Project, DIAAH roadway modifications, and DTR roadway modifications and obtain all necessary approvals and permits required. For any deviations not yet approved by WMATA or VDOT, the Contractor shall first attempt to eliminate the deviation during design development by proposing an alternative design that meets the applicable criteria and/or standards. If unsuccessful, the Contractor shall take the steps necessary to obtain approval of the WMATA DSCPs or VDOT Design Exception requests Final RFP Statement of Work 18 March 15, 2013

27 in accordance with the Contract Documents and each agency s respective procures. The Contractor shall not assume that approval will be granted and shall expect an iterative review process. If warranted and determined to be necessary to successfully deliver Package A, the Contractor shall identify necessary deviations to the applicable design criteria, codes and standards and document and obtain approval for these deviations from the appropriate agency or jurisdiction prior to beginning the work. 1.6 PERMITTING PERMITTING TASKS AND RESPONSIBILITIES The Contractor shall be responsible for determining and obtaining (on behalf of the Airports Authority where applicable) all permits necessary for the temporary and permanent construction of Package A. The Contractor s general responsibilities are listed in Table 1; additional permitting responsibilities and requirements are identified in the Contract Documents. Table 1. Design-Build Phase: Permitting Tasks and Responsibilities Task Description Confirm temporary and early (long-lead) permits and establish permit schedule Initiate temporary and early (long-lead) permits Prepare the finalized list of permits and approvals required, packaged as per the requirements of the Contract and incorporate into the Baseline Schedule Conduct environmental awareness and permit training for all Contractor and subcontractor staff Prepare drawings and calculations for permit applications; determine alternatives to minimize impacts and permit conditions Prepare the Environmental Management Plan, training, and compliance documents/tools (e.g., training handouts, drawings, mitigation plans) Confirm that designs and construction plans incorporate regulatory requirements and comply with existing permits Progressively submit and track permit applications according to sequential design packages and construction schedules Report permit tracking and look-ahead at Progress Meeting(s) with Airports Authority throughout the design-build process Coordinate working meetings with agencies to review project designs, plans, and status throughout the design-build process Identify any need to modify existing permits for which the Airports Authority is the permittee; prepare revised drawings, calculations, and alternative analyses as required to support the application for modification. Contractor Responsibility Lead Lead Lead Lead Lead Lead Lead Lead Lead Lead Lead Final RFP Statement of Work 19 March 15, 2013

28 Task Description Request modification to existing Owner permits based on Contractor s design or construction plans Update and maintain FTA mitigation tracking table Conduct field compliance inspections and monitoring; coordinate with regulatory inspectors Document environmental commitments and compliance during construction, including periodic updating and maintaining of the Environmental Compliance Matrix Conduct permit close-out for Owner permits Conduct permit close-out for design-build permits sought by Contractor under Owner name Conduct permit close-out for design-build permits issued directly to Contractor Contractor Responsibility Support Airports Authority Support Airports Authority Lead Lead Support Airports Authority Lead Lead ENVIRONMENTAL PERMITS Environmental permits and/or approvals to be obtained by the Contractor shall include, but may not be limited to, those listed in Table 2. Omission of any required environmental permits from this Statement of Work shall not absolve the Contractor from the responsibility of obtaining the permits necessary to construct Package A. Table 2. Summary of Required Environmental Permits and Approvals Any Modifications of Owner permits from U.S. Army Corps of Engineers, Virginia Department of Environmental Quality (VDEQ), and Virginia Marine Resources Commission (VMRC)* VDEQ Virginia Pollutant Discharge Elimination System (Permanent) General Permit (may need individual permit(s) as per VDEQ) VDEQ Minor New Source Review Permits/VDEQ Emergency Generator General Permits Virginia Department of Conservation and Recreation (VDCR) Erosion and Sediment Control Plans and Stormwater Management Plan) VDCR General Permit for Discharges of Stormwater from Construction including Stormwater Pollution Prevention Plan Contractor action related VDEQ Corrective Action Plan Approvals VDCR Chesapeake Bay Program Approval, including Water Quality Impact Analysis Other permits, approvals, and notifications that may be needed for permanent and temporary construction activities performed by the Contractor and/or its subconsultants and suppliers * One Joint Permit Application was submitted to USACE, VMRC, and VDEQ during PE and resulted in issued permits from each of these agencies (see Section 1.6.4). The Contractor is responsible for any permit modifications required during design and construction. Final RFP Statement of Work 20 March 15, 2013

29 1.6.3 BUILDING AND CONSTRUCTION PERMITS Construction permits and/or approvals to be obtained by the Contractor shall include, but may not be limited to, those listed in Table 3. Omission of a required building or construction permit from this table shall not absolve the Contractor from the responsibility of obtaining it. Table 3. Summary of Required Construction Permits and Approvals Federal Aviation Administration Work Approval(s) WMATA Site-Specific Work Plan Approvals Virginia Art and Architectural Review Board (AARB) Approvals Virginia Department of General Services (DGS) Building Permits Airports Authority Construction Permits DGS and Airports Authority Building Occupancy Permits Airports Authority, DGS, and County Fire Prevention Reviews and Approvals Virginia Department of Labor and Industry Abatement and Demolition Permit (plumbing, electrical, mechanical, fire) VDOT Land Use Permits Airports Authority, VDOT and/or Dulles Greenway Maintenance of Traffic Approvals County and Town of Herndon Noise Ordinance Approvals County and DC Water Sewer & Water Connections County Wastewater Discharge Permit County Building Demolition Permits County and Municipal Utility Permits All other permits, approvals, and notifications that may be needed for permanent and temporary construction activities performed by the Contractor and/or its subconsultants and suppliers ADDITIONAL PERMITTING REQUIREMENTS Change of Limited Access Control. The Contractor shall identify, prepare, and submit to the Airports Authority complete and accurate materials necessary for approval of Limited Access Control changes to the existing Limited Access Control along the DIAAH/DTR and Dulles Greenway. A preliminary list of locations where Limited Access Control changes will be required is provided in Appendix 4 (Highway Limited Access Control Changes). The Contractor is responsible for verifying all Limited Access Control changes needed to complete the construction and delivery of Package A. All necessary Limited Access Control changes must be approved by the Commonwealth Transportation Board (CTB) in accordance with the Virginia Administrative Code requirements. Wetlands Delineation and Section 404 Permits. The Airports Authority coordinated with the Virginia Department of Environmental Quality (VDEQ) and the US Army Corps of Engineers (USACE) in obtaining a new Jurisdictional Determination (JD) for new wetlands and streams recently identified and all wetland boundaries within the project limits. This JD was verified by the USACE in a letter dated September 30, 2010 (USACE Project Number ). Based Final RFP Statement of Work 21 March 15, 2013

30 on the JD and a submitted Joint Permit Application, the Airports Authority obtained the following permits: Virginia Department of Environmental Quality (VDEQ) Virginia Water Protection (VWP) Individual Permit dated June 10, 2011 United States Army Corps of Engineers (USACE) Department of the Army Permit (Section 404) NAO dated June 15, 2011 Virginia Marine Resources Commission (VMRC # ) permit dated October 18, 2011 (for crossings of Broad Run and Horsepen Run) The Contractor shall be responsible for compliance with all conditions contained in these permits, and is responsible for obtaining modifications to these permits based on any Contractor changes in work area or Contractor means and methods that would violate the conditions of the permits. The wetlands and stream mitigation requirements outlined in the permits will be met by the Airports Authority procurement for qualified mitigation banks that meet the requirements for the credits outlined in the permits. Any additional mitigation requirements arising from Contractor modifications to these permits will be the responsibility of the Contractor. Special Exception and 2232 Support. The Contractor shall support the Airports Authority s applications in obtaining local jurisdiction approvals, such as the Special Exception and applications with Fairfax County, the Town of Herndon, and Loudoun County. The Contractor shall prepare the submittals as required, such as the Special Exception plats and supporting application materials in accordance with the requirements of the respective jurisdiction. The Contractor shall make modifications to the plats, applications, and materials, and address all review comments necessary to get the applications accepted for review by staff and approved by the relevant approving authority. 1.7 JURISDICTIONAL BOUNDARIES The Contractor must comply with the requirements of multiple agencies and local jurisdictions, including, but not limited to: the Airports Authority, WMATA, Virginia Department of Transportation (VDOT), Fairfax and Loudoun Counties, the Town of Herndon and other federal and state agencies (e.g., the Federal Transit Administration (FTA), Federal Aviation Administration (FAA), US Army Corps of Engineers, Virginia Department of General Services (DGS), Virginia Department of Environmental Quality (DEQ), the Virginia Department of Conservation and Recreation (DCR), the Virginia Marine Resources Commission (VMRC) and the Virginia Department of Historic Resources (VDHR). Any one or more of these agencies may review or oversee the Contractor s work, and permits may be required by more than one entity at (or adjacent to) a given work sites STATIONS AND FACILITIES For all facilities, the appropriate building code official will be the Authority Having Jurisdiction (AHJ) and will be responsible for permitting the work. For all stations and facilities constructed on Airports Authority property, the Airports Authority is the AHJ and has jurisdiction for design reviews, building permits, applicable inspections, Final RFP Statement of Work 22 March 15, 2013

31 certificates of occupancy, and enforcement of building codes. These elements shall include guideway in the DIAAH/DTR right-of-way and the portion of the Dulles Greenway on Airport property, the stations in the median of the DIAAH (Reston Town Center Station, Herndon Station, Innovation Center Station); the Route 606 Station; the pedestrian bridges, station roadways and kiss-and-ride lots, and entrance pavilions associated with the Reston Town Center, Herndon, Innovation Center and Route 606 Stations; and the Dulles Airport station, including the pedestrian tunnel. For the Route 772 station facilities and all wayside facilities that are not adjacent to the stations (e.g., TPSS and TBS), the Virginia Department of General Services (DGS) is the AHJ and will be responsible for building code enforcement, inspections, and issuance of certificates of occupancy. DGS is responsible for reviewing plans and specifications, issuing Building Permits, issuing Certificates of Occupancy, and establishing rules and regulations as may be necessary to carry out its function as the state building official ROADWAYS The Airports Authority will review designs and issue permits and approvals for roadway construction and construction-related activities on the DIAAH and DTR, including utilities, structures, drainage, signage, maintenance of traffic, and road closures. VDOT will review designs and issue permits needed for the construction of VDOT facilities and construction-related activities on VDOT right-of-way, including property acquired by the Airports Authority in VDOT s name. This includes limited access control changes and breaks and roadway-related activities (e.g., utilities, structures, drainage, signage, maintenance of traffic, road closures, and alterations on all existing and future roads that are, or will be, part of the VDOT maintenance system). VDOT will also coordinate with the U.S. Federal Highway Administration, as needed, concerning effects of construction on any National Highway System (NHS) roadways. Toll Road Investors Partnership (TRIP) II, the owner-operator of the Dulles Greenway, will provide design reviews and issue Dulles Greenway Land Use Permits for work within their property. Since the roadway and associated facilities will be transferred to VDOT when TRIP II s concession agreement expires, VDOT review and approval of any Package A elements that have permanent effects to the Dulles Greenway is required. Any proposed limited access control changes along the Dulles Greenway right-of-way must be processed by VDOT and approved by the Commonwealth Transportation Board OTHER JURISDICTIONS The Virginia DCR will permit the design and construction of facilities related to erosion and sediment control, stormwater management, and floodplains and the Virginia DEQ will be the state permitting authority for streams, floodplains and wetlands. The Virginia Marine Resources Commission regulates the crossing of state-regulated streams and waterways including Broad Run and Horsepen Run. FAA approval will be required for construction activities within and adjacent to the boundaries of Dulles Airport. Final RFP Statement of Work 23 March 15, 2013

32 1.8 KEY PROJECT INTERFACES The Contractor shall be responsible for the definition, design, construction, and management of all interfaces with WMATA facilities and systems, Airports Authority facilities (including the DIAAH and Dulles Airport) and systems, and other entities facilities and systems required to successfully deliver Package A. These interfaces include, but are not limited to the following: Interfaces among the various systems, subsystems, equipment and facilities within the Package A work scope. Interfaces between the Contractor-provided systems, subsystems, equipment and facilities, and existing WMATA systems, subsystems, equipment, structures and facilities. Interfaces between the Contractor-provided systems, subsystems, equipment and facilities and existing Airports Authority systems, subsystems, equipment, structures and facilities. Interfaces between the Contractor-provided systems, subsystems, equipment and facilities and existing infrastructure, including roadways, drainage and utilities. All necessary physical, electrical, mechanical and operational interfaces to complete Package A must meet specified service levels and performance standards and not interfere with the continued operation of existing systems, facilities, and equipment. Interface control documents, including integration drawings, shall be developed to comprehensively define all interfaces within Package A, as well as the work required for all interfacing parties to achieve seamless integration of the Phase 2 facilities, systems, equipment, and software. The Contractor shall develop and administer a Systems Division of Responsibility matrix. The purpose of this matrix is to identify the areas where the design and/or construction of Package A systems will result in interactions, dependencies and demarcations among the Airports Authority, WMATA and the Contractor, and to define each party s responsibilities in the development of fully functional and safe rail systems and subsystems. Additional details on interface requirements for Package A are provided in Appendix 5 (Phase 1 Phase 2 Interface Plans) and Appendix 6 (Contract Package Interfaces) of this Statement of Work INTERFACE WITH PHASE 1 The Contractor shall define, design, construct, and manage all necessary interfaces with Phase 1 based on as-built conditions. Interface(s) with Phase 1 and the existing WMATA system are primarily related to infrastructure and equipment in the vicinity of the Wiehle-Reston East station and the Phase 1 tail tracks. The Phase 1 Phase 2 interfaces will include: A fiber optic patch panel in the Wiehle-Reston East station Communications room A copper DTS patch panel in the Wiehle Reston East station Communications room Final RFP Statement of Work 24 March 15, 2013

33 The ETS circuits that will be modified and connected to the Phase 2 TPSS #12. Lining and profiling the completed Phase 1 track to match the Package A design. This track shall be assumed to be in service at the time that these transitions are required, so this work must be done under limited track outage conditions. Removal of bumping posts and any Phase 1 equipment not being incorporated into the final configuration. Removal or replacement of track elements necessary for the Phase 1 Phase 2 interface. Smooth grading transition and positive drainage with Phase 1 roadways. Additional details on the interface limits and requirements are provided in Appendix 5. The Contractor shall perform all work and provide all equipment required for tie-in connections at Wiehle-Reston East station. This shall include all necessary additions, deletions and modifications to the existing circuitry, tagging and programming. Phase 1 as-built construction documents and Phase 1 testing documentation shall be made available to the Contractor upon the Airports Authority s receipt from the Phase 1 Contractor INTERFACE WITH EXISTING WMATA SYSTEMS The Contractor shall define, design, construct, and manage all necessary interfaces with existing WMATA systems. This will involve work in the area adjacent to Wiehle Reston East station and complementary efforts involving WMATA s existing systems and subsystems at the Operations Control Center. This work shall be fully coordinated and shall involve exchanges of information, data and other work products to successfully achieve integration of Package A within the WMATA rail network. Physical interfaces with existing WMATA systems are located primarily at the Wiehle Reston East station and the Phase 1 terminus. The Contractor shall identify and define additional system interfaces at the Jackson Graham Building and the Carmen Turner Facility necessary to fully implement Phase 2, including the Advanced Information Management system (AIM) and Automated Energy Management System (AEMS). Consideration of the need for additional interfaces shall be determined by a review of WMATA s existing operational systems and procedures by the Contractor in collaboration with the Airports Authority and WMATA, recognizing that existing systems and procedures are already designed to work in support of the needs of local entities. All design and implementation work on existing WMATA Operations Control Center equipment will be performed by WMATA. WMATA systems interfaces are the Automatic Train Control, Traction Power, Communications and Automatic Fare Collection systems: The Package A Automatic Train Control (ATC) System shall interface with the WMATA ATC System at the TCR and Communications room in the Wiehle-Reston East station. The Package A ATC System shall interface with Package B (Dulles Yard and Shop) at the yard control boundaries shown in Appendix 6 of this Final RFP Statement of Work 25 March 15, 2013

34 Statement of Work. The ATC System interface performance and functionality shall be in accordance with the requirements of the Project Technical Requirements. The Package A Traction Power System (TPS) shall interface with WMATA TPS System at the Communications room in the Wiehle-Reston East station. TPS System interface performance and functionality shall be in accordance with the requirements of the Project Technical Requirements. The Package A Communications System shall interface with WMATA s existing LAN/WAN System at the Communications room in the Wiehle-Reston East station. The Package A LAN/WAN will utilize existing fiber optic cables for connections, as required, to WMATA s main core data switches at the Metro Center and Gallery Place passenger stations. The Communications System shall also interface with WMATA s existing Comprehensive Radio Communications System and local jurisdictional emergency service radio systems where surface radio coverage shall be extended into the new facilities. Package A shall interface with WMATA s Automatic Fare Collection Systems at the Wiehle-Reston East Station Communications room. The Contractor shall develop a testing and acceptance plan for Package A that accomplishes a seamless cutover to the Phase 1 portion of the line while minimizing required outages and track rights. Contractor is required to maximize the work performed during outages and track rights granted by WMATA. The Contractor shall complete all necessary testing in accordance with WMATA access, adjacent construction and work rules INTERFACES AT DULLES AIRPORT The Contractor shall define, design, construct, and manage all necessary interfaces with existing Airports Authority facilities at Dulles Airport. The Airports Authority Design Manual establishes procedures and sets standards for Dulles Airport in order to achieve consistency in all design and construction projects related to the Airports Authority and its tenants. Significant interfaces between Phase 2 and Dulles Airport occur where the new Metrorail station mezzanine ties into the existing Airports Authority pedestrian walkway tunnel. These interfaces will require modifications to existing facilities and systems. The Airport interfaces that have been identified for Package A that shall be addressed by the Contractor include, but are not limited to: Connections between the Dulles Airport station mezzanine and the existing pedestrian tunnel and Daily 1 (North) Parking Garage, which will require modifications to underground structures, electrical, mechanical, fire protection, and waterproofing systems or equipment. Site work and existing utilities Final RFP Statement of Work 26 March 15, 2013

35 Civil work relating to utility corridor/duct bank design coordination, storm water, water mains, sanitary sewer, and dust control Coordination with existing bridge piers and other existing and proposed roadway infrastructure Locations of wayside buildings and other surface infrastructure Coordination with the design and construction of the rail yard at Dulles Airport. Electrical, mechanical, and fire protection systems design coordination Metrorail system emergency egress locations Telecommunications systems Maintenance of vehicular and pedestrian traffic Security Demolition of existing facilities, including the United Ground Services Equipment (GSE) facility and the abandoned fuel station near the Dulles West building. Section 106 mitigation activities (historic interpretive exhibit installation, landscape restorations, and archaeology data recovery) to be conducted by the Airports Authority or its contractors. Any laydown or construction staging areas utilized by the Contractor that are visible from either Saarinen Circle or the Main Terminal building shall include fencing and/or panels that provide screening for airport users that is visually consistent with the requirements of the Airports Authority Dulles International Airport Design Manual INTERFACES WITH VDOT AND DULLES GREENWAY FACILITIES The Contractor shall define, design, construct, and manage the necessary physical and systems interfaces between Package A and existing VDOT and Dulles Greenway facilities, and ensure that these facilities remain open and operational during the construction period INTERFACES WITH DOMINION VIRGINIA POWER The Contractor shall design, construct, and manage all interfaces between the 34.5 kv power distribution system and all other elements of Package A and the Package B (Yard and Shop) facilities with Dominion Virginia Power (DVP). Specific interfaces include, but are not limited to: The single DVP power feeder from the Sunset Hills substation at the existing metering point. The ductbank from the metering point to the manhole at the west end of the Phase 1 project has already been constructed. The two DVP power feeders from the Dulles substation at the metering point. The single DVP power feeder from the Shellhorn substation at the metering point. Final RFP Statement of Work 27 March 15, 2013

36 1.8.6 INTERFACES WITH FAIRFAX COUNTY PARKING GARAGE AT THE HERNDON STATION The Contractor shall define, design, construct, and manage the physical and systems interfaces necessary to integrate the Package A facilities with the existing Fairfax County bus facility, surface parking, and a parking garage facilities at the south entrance to the Herndon station. These facilities are open to the public and are functional 7 days a week. The Contractor shall develop detailed staging plans for the work identifying temporary closures, traffic restrictions or other potential impacts to the existing bus and parking facilities at this location. The Contractor shall participate in regular meetings with the Airports Authority and Fairfax County to coordinate this interface INTERFACE WITH DULLES YARD AND SHOP FACILITY (PACKAGE B) The interfaces between Packages A and B involve numerous disciplines, systems and subsystems. The Contractor shall identify, define, design, construct, and manage all necessary interfaces between Package A and the new yard and shop facility at Dulles Airport (Package B), including those necessary for ffull integration of the yard lead tracks and rail yard abutment designs, track alignment and elevations, and systems connectivity. The Contractor shall also provide all infrastructure and systems interface definitions for use by the Package B Contractor. Required interface coordination and management shall continue throughout the design and construction of Package B. Additional information on these interfaces is provided in Appendix 6 of this Statement of Work INTERFACES WITH FUTURE PARKING GARAGES (PACKAGE C) The Phase 2 Project includes five parking garages that will be provided by others and are not part of the Package A scope of work. The currently proposed locations of these facilities are shown in the Project Technical Requirements. The communication system for Package A shall be provided so that all of the garage systems functionalities, such as security, telephone and revenue collection, can be supported. The Contractor shall provide a communications interface panel in the station pavilion adjacent to each planned garage location. Control gates for the parking garages are not included in the Package A scope of work. At the south entrance to the Innovation Center Station, the Contractor shall only design and construct the pedestrian bridge and entrance pavilion. All other station-related infrastructure and roadway work at this location will be done by others. Required interface coordination and management shall continue throughout the design and construction of parking garages. Additional information on these interfaces is provided in Appendix 6 of this Statement of Work OTHER INTERFACES Other design and construction projects within or adjacent to the limits of Package A will occur concurrently with the Contractor s design-build activities. The Contractor is responsible for Final RFP Statement of Work 28 March 15, 2013

37 identifying any applicable Package A interfaces and ensuring that its design and construction activities are properly coordinated with the following: Station-Area Parking Garages and/or Adjacent Development Projects by Others. DTR Noise Wall Design and Construction by the Airports Authority DTR Ramp Improvement Projects by the Airports Authority Road Improvement Projects by the Airports Authority, VDOT, TRIP II, and Fairfax and Loudoun Counties. 1.9 PRELIMINARY ENGINEERING DESIGN COMMENTS Some comments generated by the Airports Authority, WMATA, VDOT, Virginia DGS, and Loudoun County during the completion of the PE design were deferred to the Design-Build phase for resolution (see Appendix 7 - PE Design Comments). The Contractor shall be responsible developing appropriate resolutions and/or incorporating the indicated responses into its design for Package A PROPERTY ACQUISITION The Contractor shall be responsible for providing and acquiring all land area(s) needed for materials storage, laydown, field offices, equipment, temporary facilities and other similar aspects of the work. Within the boundaries of Dulles Airport, specific locations have been identified for use as long-term staging and laydown areas in the Project Technical Requirements. In addition, the site previously used for the Phase 1 pre-casting yard south of Route 606 (see Figure 2), is also available for Contractor use. The Contractor is responsible for defining and acquiring property interests for Utility Relocations (including station utility feeds), including work to prepare Property Identification Plans; perform environmental investigations, such as Environmental Site Assessments; prepare title research and updates; prepare appraisals and offer packages; negotiate with landowners and/or their representatives; reach settlement; conduct closing; and, where impasse is reached, prepare condemnation package materials and support VDOT s eminent domain process. The Contractor shall coordinate with the Airports Authority throughout the acquisition process. The Airports Authority is responsible for acquiring other property and/or necessary property interests needed to construct and operate Package A, including property required for the construction of the 34.5 KV power distribution ductbank. The Airports Authority will acquire properties based on the priority designations identified in Appendix 8 (Property Acquisition Priority List). Final RFP Statement of Work 29 March 15, 2013

38 Figure 2. Additional Dulles Airport Contractor Laydown Site The property limits identified in the Project Technical Requirements for Package A facilities and equipment have been determined to be sufficient and may be used as required by the Contractor to accomplish its work, except that some necessary utility easements may be beyond the property limits identified. The Contractor is responsible for reviewing and confirming the adequacy of the land area(s) to be acquired, or if a revised design is proposed, identifying and justifying the Additional Properties required and preparing new Property Identification Plans. The Contractor is responsible for acquisition of Additional Properties, including associated permits and approvals. The Contractor shall prepare revised Property Identification Plans for all revisions or modifications to WMATA facilities shown in the PE design. The Contractor shall depict the required offsets between the facility and the property boundaries and demonstrate that WMATA will have sufficient area and clearance (both horizontal and vertical) to operate and maintain the facility USE OF UNITED GROUND SERVICE EQUIPMENT BUILDING The former United Ground Service Equipment (GSE) building will be available to the Contractor by October 15, 2013 or within 90 days of Notice to Proceed, whichever is later. The Contractor may utilize the GSE building and site for the duration of the Contract. Final RFP Statement of Work 30 March 15, 2013

39 Prior to occupying to occupying the building or utilizing its site, the Contractor must shift the Airport Operational Area fence and construct a new access roadway for Cargo 5 building as shown in Appendix 1. The new roadway shall be designed and constructed in accordance with the Airports Authority Design Manual requirements and follow the pavement specifications for Other Roadways provided in Section of this Statement of Work. Prior to occupying the building and GSE site, the Contractor shall perform Asbestos Containing Material and Lead Based Paint surveys of the building to support permitting and disposal of materials. In addition, the Contractor shall perform other necessary studies including identifying any hazardous materials or other materials within the building or on/under the site that need special handling to support permitting and disposal of materials. The findings of the surveys and other investigations are to be included in a Demolition Plan and Waste Management Plan to be submitted to the Airports Authority for review and acceptance. Prior to Contract completion, the Contractor shall demolish the GSE building, dispose of all materials properly, and restore the site to a graded and paved condition suitable for use as a parking lot in accordance with the Airports Authority Design Manual requirements. All foundations and subsurface facilities and equipment shall be removed prior to site restoration. All Contractor activity on the GSE site during the Contract period shall not interfere with or block usage of Package Court, Air Freight Lane, the new Cargo 5 access roadway, or the Cargo 5 parking lot and circulation lanes LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN EVALUATION WMATA has established a goal that all new and substantially rehabilitated WMATA facilities achieve at least a Silver rating in Leadership in Energy and Environmental Design (LEED) from the U.S. Green Building Council. Within 60 days of NTP, the Contractor shall complete and submit to the Airports Authority an evaluation of Package A scope to determine if there are elements of Package A that can be in accordance with LEED principles to meet this goal. This evaluation shall identify and assess the possibilities, including: 1) specific options for the use of environmentally-friendly materials and construction techniques, and 2) measures that could be adopted to reduce energy consumption, demolition and construction waste. This assessment shall also identify any effects to the current design and schedule for Package A associated with adopting these changes, including: 1) required design exceptions or deviations (DSCPs) from WMATA design criteria and standards, 2) potential cost savings (if any), and 3) the additional time or costs (if any) to incorporate into Package A. Following receipt of the LEED Evaluation, the Airports Authority will consult with the Project Partners and confirm if any LEED requirements will apply to Package A. Any resulting changes to the Package A scope necessary to adopt LEED requirements will be issued in accordance with the Contract. Final RFP Statement of Work 31 March 15, 2013

40 2 RAIL LINE 2.1 SURVEY AND MAPPING SUMMARY OF CONTRACT REQUIREMENTS The Contractor shall be responsible for conducting all survey work necessary to perform the design, construction, and record documentation of all aspects and elements of Package A using WMATA s 2009 Low Distortion Projection (LDP) Coordinate System. The survey work for the Package A is to be based on the established WMATA Survey Control Monuments located along the Package A alignment. Any PE design information or CADD files prepared in any other coordinate system utilized by the Contractor must be updated to the new coordinate system. Prior to the start of construction for Package A, the Contractor shall survey the existing monuments using WMATA s 2009 LDP Coordinate System and re-establish any monuments that have been destroyed or disturbed. There are approximately 100 WMATA Survey Control Monuments located along the proposed alignment. The Contactor shall establish a secondary horizontal and vertical control network on the Package A structures and reference to the WMATA 2009 LDP Coordinate System. The secondary control system established on or within trackway structures shall be used for detailed as-built and placement of final trackway monuments. The secondary control network shall be adequately referenced in the field so it can be readily recovered. Monument record sheets shall be created to document the physical and geo-spatial position at each point. All Contractor designs shall reference the WMATA 2009 LDP Coordinate System. Other Project stakeholders, including the Airports Authority (Aviation), VDOT, Fairfax County and Loudoun County use the Virginia State Plane Coordinate System. All documents required by these jurisdictions shall additionally reference the Virginia State Plane Coordinate System. All existing survey controls were originally documented in the WMATA Project Grid Coordinate System but have since been converted to WMATA s 2009 LDP Coordinate System. The PE design was prepared based on the WMATA Project Grid system. The WMATA Project Grid coordinate is equal to the Virginia State Plane coordinate divided by an average combined scale ADDITIONAL SURVEY AND MAPPING REQUIREMENTS The Contractor shall also comply with the following requirements when conducting and completing surveys related to Package A: Deliverables that require the presentation of survey information shall be provided in two datasets that are identical in all aspects except horizontal. One dataset shall be provided in the WMATA 2009 LDP Coordinate System using the following parameters: Coordinates shall be recorded in decimal US Survey feet Final RFP Statement of Work 32 March 15, 2013

41 Horizontal coordinates shall be based on the North American Datum of 1983 (NAD83) and the National Spatial Reference System of 2011 (NA2011) The second data set shall reference coordinates in the Virginia State Plane North Coordinate System using the following parameters: Coordinates shall be recorded in decimal US Survey feet Horizontal coordinates shall be based on the North American Datum of 1983 (NAD83) and the Geographic Reference System (GRS 80) ellipsoid. All vertical measurements shall be recorded based on North American Vertical Datum of 1988 (NAVD 88) and measured in feet above datum. The Contractor shall maintain the network of horizontal and vertical control monuments as shown in the Project Technical Requirements. Monuments that are missing, displaced or lost for any reason shall be reestablished as soon as practical. Monuments shall be re-established in the vicinity of the original position in order to maintain the sight lines of adjacent monuments, unless impractical to do so. The Contractor shall develop a digital terrain model based on the updated surveys and utilize this model as necessary in its work. The Contractor shall verify, using field surveys, the locations and configuration of existing piers and substructure for overhead bridges, underground and overhead utilities, and other similar potential obstructions shown in the Project Technical Requirements or discovered by the Contractor during design and construction. Any required background files for existing and proposed facilities shall be coordinated with the appropriate agencies by the Contractor upon request. Final RFP Statement of Work 33 March 15, 2013

42 2.2 GEOTECHNICAL SUMMARY OF CONTRACT REQUIREMENTS The Contractor shall be responsible for all geotechnical investigations, analyses, and determinations necessary to complete all aspects and elements of Package A. The Contractor is also responsible for coordinating and integrating the geotechnical data and requirements with all other disciplines to ensure a fully integrated design. The Contractor shall conduct and document geotechnical investigations for Package A in accordance with the Project Technical Requirements and applicable criteria, codes, and standards. At a minimum, the Contractor shall conduct subsurface exploration and investigations at the following locations in accordance with the applicable AASHTO and AREMA requirements and prepare report(s) necessary to document the findings and substantiate the proposed designs: All locations where guideway and tracks will be constructed; All structures, including the aerial guideway, rail bridges, and retaining walls; All proposed stormwater management (SWM) facility locations; All proposed utility crossings, including proposed utility jacking pits and along the alignment as necessary to define the subsurface conditions for use in jack and bore, micro tunneling, directional drilling or any other technique utilized to cross under roadways, facilities, and any other areas where cut and cover construction methods are not permitted; At TPSS and TBS locations that were not investigated previously; At the Dulles Airport Station, the Contractor shall perform subsurface exploration and investigations as necessary to adequately define the subsurface conditions relative to excavation for station construction. At a minimum, the subsurface explorations and investigations shall include borings spaced at 50-foot intervals along the guideway alignment staggered left and right of the project centerline; and. All new and/or modified roadways. Perform a design-level geotechnical investigation to validate and augment the geotechnical information included in this RFP. The geotechnical engineering investigation performed by the Contractor shall meet or exceed applicable VDOT and AASHTO requirements. The Contractor shall perform additional borings within the limits of Package A necessary to support their engineering analyses, design, and construction of the work. This includes drilling a boring at each substructure location. All borings for deep foundations shall be extended to depths meeting AASHTO Bridge Design Specification boring depth requirements. The Contractor may use, at its own risk, the PE Geotechnical Data Report and the PE plans to evaluate existing geotechnical conditions and requirements. A limited amount of additional geotechnical testing was completed for the aerial rail alignment at Dulles Airport; these findings are included in the PE Technical Reports Update: Airport Segment. In addition, the core Final RFP Statement of Work 34 March 15, 2013

43 samples collected during the completion of Phase 2 PE are available for inspection and evaluation. Additional Phase 2 geotechnical samples from prior studies are also available for the Contractor s reference. The Contractor is responsible for any additional geotechnical investigations necessary to complete Package A ADDITIONAL GEOTECHNICAL REQUIREMENTS The Contractor shall also comply with the following requirements when conducting geotechnical investigations or completing geotechnical designs related to Package A: The Contractor shall be responsible for any additional related activities such as locating utilities, permits, maintenance of traffic, etc. The Contractor shall prepare a geotechnical field investigation plan for all field work. This work shall be properly permitted and approved by the property owner or the appropriate agency. The Contractor s geotechnical report(s) shall include, but not necessarily be limited to, recommendations for temporary shoring; dewatering; excavation methods; an analysis of the proposed excavation on the adjacent roadway and facilities that it will impact, including settlement and loss of ground; effects on existing utilities; effects on adjacent improvements and structures; and noise and vibration effects. All work within or adjacent to the WMATA right-of-way or WMATA facilities shall be performed in accordance with approved Right of Entry and with the requirements of WMATA s Manual of Adjacent Construction. Test borings for deep foundations shall extend a minimum of 20 feet below the anticipated tip of the drilled shaft or pile. For drilled shafts extending into rock, the rock cores shall extend a minimum of 10 feet or three times the shaft diameter for single (isolated) shafts or two times the maximum shaft group dimension for a shaft group, whichever is greater. For new and/or modified roadways design and construct pavements, subgrades, and embankments to meet the following post-construction settlement tolerances: Total vertical settlement less than two inches over the initial 20-years, and less than one inch over the initial 20-years within 100 feet of bridge abutments. Settlement that will not impede positive drainage of the pavement surface, especially within the travel lanes, or subject the roadway to flooding. Settlement that does not result in damage to adjacent or underlying structures, including utilities. For pavement sections, bridge decks, and tie-ins to the Project, grade tolerances shall be measured with a 10-foot straightedge. The variation of the surface from the testing edge of the straightedge between any two contacts with the surface shall not be more than plus (+) 0.25-inch to minus (-) inch at structures and (+/-) inch at project tie-ins. Final RFP Statement of Work 35 March 15, 2013

44 2.3 LINE AND TRACK SUMMARY OF CONTRACT REQUIREMENTS The Contractor shall design, furnish, install or construct, and test all track systems, equipment, and facilities necessary to deliver a complete, safe, and operational rail line for Package A in accordance with the Project Technical Requirements and applicable criteria, codes, and standards. This work includes, but is not limited to: finalization of the rail alignment for the main line and the yard lead, track and track component design, supply and installation, integration of all track and special trackwork components (including provisions for high-rail access), installation of the electrified rail for power supply, and the automatic train control system The overall design and construction shall also include preparation of subgrade, retaining wall construction, grading and backfilling, design and installation of track drainage system, and construction of sub ballast and ballast. The Contractor is responsible for coordinating the line and track design and construction with all other disciplines to ensure a fully integrated Package A ADDITIONAL LINE AND TRACK REQUIREMENTS The Contractor shall also comply with the following requirements when designing and constructing the line and track elements in Package A: The Package A alignment stationing shall be updated by the Contractor to remove all station equations, recognize the as-built Phase 1 interface point, and incorporate the revised (aerial) alignment at Dulles Airport. This updated rail stationing shall be the basis of all designs and adopted by the Contractor for use in all disciplines. The Contractor shall verify that the horizontal and vertical alignment is in compliance with WMATA, Airports Authority, and/or VDOT clearance standards. The Contractor may make minor adjustments to the rail alignment to refine the profile, achieve cost efficiencies, or avoid conflict with existing and future adjacent structures, provided that compliance with applicable criteria and standards are maintained. The minimum clear distance between the centerline of track and the inside face of the retaining wall supporting the WMATA security fence shall be 8-6. The clearance shall be increased as required by WMATA design criteria at special trackwork, along curved track alignment, and at other locations specified in the criteria. The Contractor shall consider the effects of surcharge, live and/or dead loads when verifying the structural capacity of all existing structures and foundations affected by Package A. Structures determined to be overstressed under either temporary or permanent loading conditions shall be strengthened or protected from the influence of project loads. The Contractor shall review TRIP II s construction plans for the center pier of the new two-span bridge to be constructed over the Dulles Greenway and rail alignment near Final RFP Statement of Work 36 March 15, 2013

45 OB Sta , coordinate with TRIP II, and revise the rail alignment shown in the PE design as necessary to accommodate the as-built bridge pier and comply with applicable criteria, codes and standards. At-grade track shall be ballasted on concrete cross-ties, including locations of special trackwork. Special trackwork on aerial structures shall be installed using direct fixation. Longer ties may be used in lieu of tie extenders for support of the contact rail. Final track charts shall include the location of insulated joints, contact rail breaks, gaps and anchors, and indicate clearly which side of the track the contact rail is to be installed. The Contractor shall design the rail lubricator system based on WMATA criteria and current practices. The type(s) and locations of lubricators shall be in accordance with the Project Technical Requirements. The Contractor shall furnish and install security fencing along the at-grade trackway in accordance with the Project Technical Requirements. In the vicinity of TPSS #17, an access gate shall be furnished and installed within the Airport perimeter fence to provide permanent access for both WMATA and MWAA personnel to the perimeter road and the area under the yard lead aerial guideway. The Contractor shall provide access points in the fencing, including gates at Emergency Trip Stations (ETS). At specific locations, these access points shall be equipped with a ladder as shown and described in the Phase 1 Design Drawings provided to the Contractor. The contact rail location and access gate locations shall be coordinated to avoid exposure to the contact rail at the access point. Trackway access ladders shall be provided at approximately the following nine locations on the outbound side of the trackway: (Adjacent to the WB DIAAH) (Adjacent to the WB DIAAH) (Adjacent to the WB DIAAH) (Adjacent to the WB DIAAH) (Adjacent to the WB DIAAH) (Adjacent to the WB Greenway) (Adjacent to the WB Greenway) (Adjacent to the WB Greenway) (Adjacent to the WB Greenway) Final RFP Statement of Work 37 March 15, 2013

46 Trackway access ladders shall be provided at approximately the following ten locations on the inbound side of the trackway: (Adjacent to the EB DIAAH) (Adjacent to the EB DIAAH) (Adjacent to the EB DIAAH) (Adjacent to the EB DIAAH) (Adjacent to the EB DIAAH) (Adjacent to the EB DIAAH) (Adjacent to the EB Greenway) (Adjacent to the EB Greenway) (Adjacent to the EB Greenway) The Contractor shall develop a track system database for all Package A trackwork and supporting structures. The database shall consist of a single comma separated values (.csv) file using the most current version of Microsoft Excel that accurately tabulates all assets and their respective attributes within the track right-of-way. Each asset illustrated in the track charts must contain its own worksheet tab within the consolidated.csv file and contain all necessary attribute data required to define the asset in terms of location (chain marker), track number (e.g. 1, 2 or 3), horizontal and vertical alignment, orientation, structure type and all other necessary descriptors in order to provide an accurate and complete database file which fully represents all asset and attribute data as shown in the track charts. Each asset shall have a unique asset identification number. WMATA will provide a sample.csv file to be used by the Contractor during the design phase to begin creating the required track system database. WMATA s current database, which accurately represents its track charts for the existing system, contains approximately 40 (forty) separate worksheet tabs, each representing a specific asset along the track right-of-way. The Contractor shall submit a draft and final version of the track system database based on the as-built design. The draft submission will be made approximately 180 days prior to substantial completion in order for WMATA to review for compliance. The final submittal shall be made prior to substantial completion and include responses to all updated asset and attribute information. Final RFP Statement of Work 38 March 15, 2013

47 2.4 RETAINING WALLS SUMMARY OF CONTRACT REQUIREMENTS The Contractor shall design and construct all required retaining walls necessary to deliver a complete, safe, and operational rail line for Package A, including walls required for the trackway, station facilities, wayside facilities (TPSS and TBS), and drainage and stormwater management facilities. At locations where the trackway is not on elevated structure, the track area is typically separated from the adjacent roadways by concrete retaining walls. These walls allow the track profile to differ from that of roadways to meet WMATA criteria for track alignment. In addition, the walls provide a safety and security barrier between the trackway and the roadway. The locations of the walls have been determined in accordance with WMATA, VDOT, and Airports Authority design requirements. The heights of the walls vary substantially depending on the relative elevations of the track and adjacent roadway surfaces. The Contractor shall also provide for access to gates on top of the retaining walls at the ETS equipment locations from the outside of the retaining walls. All retaining walls shall be designed in accordance with the Project Technical Requirements and applicable criteria, codes, and standards based on site-specific soils parameters and backfill material requirements determined by the Contractor. The Contractor is responsible for coordinating the retaining wall design and construction with all other disciplines to ensure a fully integrated Package A ADDITIONAL RETAINING WALL REQUIREMENTS The Contractor shall also comply with the following requirements when designing and constructing the retaining walls required for Package A: Mechanically stabilized earth (MSE) wall, soldier pile walls and prefabricated modular gravity walls shall not be used to retain fills supporting the trackway or stations. Alternative wall systems, including Mechanically Stabilized Earth (MSE) walls and precast walls may be considered for applications other than the trackway and stations provided that they comply with applicable criteria, codes and standards. The surface finish of cast-in-place walls, not exposed to public view, shall reflect the use of uncoated plywood formwork and a No. 1 Form Finish in accordance with the Project Technical Requirements. Cast-in-place walls exposed to public view require the use of APA HDO plywood for forms. In station areas, a Vertical Form Board finish is required on the station barrier walls above the median barrier height and as otherwise shown in the PE design. If alternative wall systems are specified where precast elements are used, they shall also have a smooth finish unless otherwise noted. Final RFP Statement of Work 39 March 15, 2013

48 The minimum height of the retaining wall separating the guideway and the adjacent roadway system shall be the greater of the following: 4 below the top of rail; 50 above the finished pavement at the toe of the wall (except at peek-aboo locations designated in the PE design); or Top of cable trough for the high rail. The minimum distance from the rail track centerline to the inside face (track face) of the retaining wall shall be determined by the Contractor based on construction tolerances, and the cumulative dimensions of the concrete ties, cable trough, and track drainage inlets, in order to avoid conflicts between the ends of the concrete ties and the drainage inlets during tie installation, but shall be no less than 8' - 6". The Contractor shall coordinate retaining wall design with the specific locations and details identified for emergency access gates along trackway retaining walls. Retaining walls along the at-grade alignment in the median of the DIAAH and Dulles Greenway shall incorporate a VDOT-approved safety shape on the face adjacent to the traffic lanes and shoulders. At those locations along the at-grade guideway that do not require retaining walls, the Contractor shall provide a VDOT-approved safety barrier with a minimum height of 50 above the finished pavement at the toe of the wall, except at the peek-a-boo locations designated in the PE design. Retaining walls and safety barriers along the at-grade alignment in the median of the DIAAH shall be designed and positioned (both vertically and horizontally) to accommodate the future expansion of the DIAAH to three lanes (with shoulders) in each direction without modification or relocation of the retaining wall or safety barrier. If the track profile is below the top of the retaining wall or safety barrier, the Contractor must identify and recommend a suitable method for maintaining and replacing ties without removing the wall/barrier or safety fence. Final RFP Statement of Work 40 March 15, 2013

49 2.5 BRIDGES AND AERIAL GUIDEWAY STRUCTURES SUMMARY OF CONTRACT REQUIREMENTS The Contractor shall design and construct all structures necessary to deliver a complete, safe, and operational Package A, including foundations, aerial guideway, and trackway bridges. Aerial structures and bridges in Package A include the elevated guideway and yard leads at Dulles Airport and three new trackway bridges at Centreville Road, Horsepen Run, and Broad Run. The PE design reflects economically feasible and constructible bridge types meeting applicable design requirements. The Contractor is responsible for coordinating bridge and aerial guideway structure design and construction with all other disciplines to ensure a fully integrated Package A. The Contractor may utilize the structure types and configurations shown in the Project Technical Requirements or propose for review and acceptance alternate types and materials for structures that satisfy the requirements defined in WMATA design criteria, the Technical Specifications and this Statement of Work. The Contractor may propose one or more of the following superstructure types provided that all applicable technical requirements are satisfied: Precast Segmental (or Cast in Place) Concrete Trapezoidal Box Girder Steel Trapezoidal Box Girder Built-Up Steel Girder Precast Concrete Bulb Tee Girder Each trackway shall be supported by an independent structure that can be maintained without disruption to the adjacent trackway structure. AASHTO box girders shall not be used for the WMATA bridges or aerial structures. At Dulles Airport, the design and appearance of any structures within the Dulles Airport Historic District may be restricted and subject to additional reviews from approving entities. Any additional requirements specified in the amended Records of Decision and/or the Section 106 Memorandum of Agreement related to the design and appearance of any structures within the Dulles Airport Historic District must be considered in the Contractor s design ADDITIONAL BRIDGE AND AERIAL GUIDEWAY STRUCTURE REQUIREMENTS The Contractor shall also comply with the following requirements when designing and constructing the line structures required for Package A: GENERAL The trackway bridge over Centreville Road (Route 657) shown in the PE design was designed to accommodate the future cross-section of Centreville Road and provide necessary horizontal and vertical clearances. The Contractor shall make provisions for this design requirement and shall review the proposed design and construction sequence with the Airports Authority, VDOT, and Fairfax County. Final RFP Statement of Work 41 March 15, 2013

50 At the Centreville Road crossing, the existing WB and EB DIAAH bridge abutments are pile supported with a continuous MSE wall system to retain the embankment fill. Such embankment fill includes the median section between the two bridges where the trackway structure will be constructed. To stabilize the wall system prior to construction of the new bridge piers, soil improvements will be required within the retained fill. Regardless of methodology selected for construction of the new rail structure, the Contractor shall perform its work so that the existing MSE walls and the DIAAH bridges are not damaged. The Contractor shall provide a complete set of computations for superstructure and substructure, including the future foundation. Provide additional calculations, as requested by the Airports Authority to evaluate any details pertinent to the future configuration. For steel girder designs, do not include longitudinal stiffeners in computing the steel section properties. The use of lightweight concrete is not allowed for trackway bridges, aerial guideway structures, stations or facilities. Elastomeric bearings are prohibited for use on the aerial guideway and bridge structure supporting train loads. The deck expansion joints for the aerial guideway structures shall be comprised of a neoprene strip seal with embedded steel extrusions and steel cover plate as shown in the PE design. Deck joints shall be designed and constructed to prevent the accumulation of water in the joint. The deck drainage system for the aerial guideway structures shall include inlet grates at the deck level and galvanized steel downspouts to route the runoff from the guideway to ground level. The aerial guideway structures shall include inspection lightweight (< 100 lbs.) access openings at each aerial guideway span and bent. Access ladders made of composite material shall be provided inside box girders at each deck-level access opening. For the portion of the aerial guideway at Dulles Airport within publicly accessible areas (generally from the vicinity of Rudder Road to the vicinity of TPSS #17), continuous parapet walls that comply with applicable code requirements are required in lieu of the WMATA standard pipe railing shown in the PE design. No acoustical treatments for these parapet walls are required. For the aerial Yard Lead, railings similar to the WMATA standard pipe railing shown in the PE design, but compliant with applicable code and safety requirements shall be used. Within the Dulles Airport station, architectural pipe railings that are consistent with the PE design and compliant with applicable code requirements shall be used. All railings along raised safety walks that are intended as a means of emergency egress must comply with NFPA 130 and WMATA requirements. Final RFP Statement of Work 42 March 15, 2013

51 FOUNDATIONS The Contractor shall be responsible for determining the appropriate foundation type (e.g., piles, drilled shafts, etc.) for each line structure and preparing its designs in accordance with applicable criteria and requirements. Allowable foundation types are drilled shafts, driven piles, and spread footings. At least one geotechnical boring within the footprint of each pile cap is required. The Contractor shall develop reports for each permanent structure included in Package A that documents the geotechnical foundation design assumptions, design parameters, and final engineering analyses. Foundations shall be designed to accommodate adjacent future improvements such as roadways, structures or utilities. In this context accommodate means that the implementation of the future improvement does not require reconstruction or relocation of the Package A element or require unreasonable material, means, or methods for their construction in the future. Drilled Shaft Foundations. For drilled shaft foundations, the foundation design reports shall detail the following, as applicable: Design parameters for each substructure unit and each different diameter of drilled shaft. Allowable end bearing capacity parameters and side friction capacity parameter (if applicable). Top and bottom elevations for all proposed drilled shaft foundations. Required rock socket lengths for drilled shaft. Pile Supported Foundations. For pile-supported foundations, the foundation design reports shall detail the following for each substructure unit, soil layer, and different type of piles, as applicable: Pile Type and Size Pile Tip Reinforcement Requirements Ultimate Axial Capacity Allowable Axial Capacity Ultimate Lateral Capacity Allowable Lateral Capacity Bottom of Pile Cap Elevation Estimated Pile Tip Elevation All foundation design reports shall be prepare and signed by a licensed Professional Engineer registered in the Commonwealth of Virginia. All deep foundations shall be designed to adequately resist applied axial and lateral loads. All deep foundation piles or drilled shafts shall be analyzed for lateral load resistance based on both service limit (deflection) and strength limit (structural capacity). Final RFP Statement of Work 43 March 15, 2013

52 The Contractor shall design embedment depths to resist lateral loading (applied shear and moment) shall be based upon an assessment of fixity using soil-structure non-linear pressure displacement (p-y) methods. The Contractor shall provide load testing of all deep foundations LINE STRUCTURES Geometry. The Contractor shall design the line structures in accordance with the track alignment and geometry shown in the PE design or as modified by the Contractor. Any changes to the track alignment shall be in accordance with the requirements defined in Project Technical Requirements shall be approved by the Airports Authority. The Contractor shall maintain required vertical and horizontal clearances over and adjacent to existing roadway and bridge structures, future roadway and bridge structures identified in the Project Technical Requirements. Superstructure. The Contractor shall incorporate the following requirements into the superstructure design: Design and construct superstructures with open longitudinal joints in deck between inbound and outbound tracks, except for direct fixation track spans supporting special trackwork (i.e., crossover tracks). Steel superstructures shall be constructed with composite concrete deck. Primary tension members in steel superstructures using a box girder or two- plate girder system supporting a single track shall be designed and fabricated as fracture critical, non-redundant members meeting all AASHTO requirements. The superstructure shall be analyzed for and comply with WMATA s vibration limitations. Spans longer than 150 feet may be considered in special circumstances on tangent sections only provided that the design satisfies all requirements of WMATA criteria and other applicable codes and standards. Moment connections must be used between straddle bents and pier caps. All post-tensioning cables (tendons) used in segmental concrete box girders must be accessible for visual inspection. Substructure. The Contractor shall incorporate the following requirements into the substructure design: MSE abutments, soldier piles or wing walls are not permitted for support of transit loading. Precast modular retaining walls are not permitted. Integral abutments are not permitted. Final RFP Statement of Work 44 March 15, 2013

53 The straddle bents shall be included as part of a structural system with the longitudinal superstructure and shall comply with the WMATA vibration limitations. Falsework Clearances. The Contractor shall design falsework in accordance with Project Technical Requirements. Additionally, falsework and shoring for forming, casting, posttensioning and/or erection operations of the aerial guideway or bridge over any public and private roadways shall provide a minimum of 14-6 of vertical under clearance at all times during the construction. The clearance is from the underside of the falsework/shoring to any point on the roadway below the falsework/shoring system. Future Re-Decking Requirements. The Contractor shall incorporate the following future redecking provisions into the design of the Package A trackway bridges: Allow for future re-decking in staged construction maintaining one track in service during all stages of construction. The superstructure and substructure shall be designed to meet all design criteria during future re-decking operations. Future Jacking Requirements. All trackway bridge and aerial guideway structures shall be designed and constructed to accommodate future jacking for bearing replacement. Temporary support conditions during future bearing replacements shall be able to support full dead load and live load conditions. The Contractor s designs shall define the method for future jacking and include tables of anticipated dead and live loads requirements during future jacking operations. Waterway Requirements. For all Package A line structures, the Contractor shall comply with the terms of the VMRC permit issued on October 18, 2011 and incorporate the following waterway requirements: Changes in pier substructure locations, or reductions in clear openings from that shown in the PE design are not acceptable for the following structures: Horsepen Run Bridge (IB and OB tracks over Horsepen Run) Broad Run Bridge (IB and OB tracks over Broad Run) Piers may not be located any closer to waterways than shown in the PE design for the following structures: Airport Guideway (IB and OB tracks over Indian Run at two locations/crossings) Airport Guideway (IB and OB tracks over Indian Creek) Yard Lead Guideway (YL3 over Indian Run at two locations/crossings) Yard Lead Guideway (YL3 over Indian Creek) Yard Lead Guideway (YL1 and YL2 over Horsepen Run Lake) Hydraulic Analyses shall be performed on all permanent and temporary waterway crossings to determine that a sufficient hydraulic opening is provided. Scour Analysis shall be performed for all permanent structures over waterways for 50, 100 and 500-year storms in accordance with FHWA publication HEC-18. Final RFP Statement of Work 45 March 15, 2013

54 Utility Requirements. Any utilities supported by a railroad bridge shall be placed on the side of the exterior girder and not extend below the bottom flange of girder. Guideway Visual Characteristics at Dulles Airport. The visual characteristics of Project elements within the Dulles Airport Historic District have been carefully considered to ensure that the historic character of the district is not adversely affected by the construction of Package A. For the portion of the aerial guideway within the district that extends from the first crossing of Aviation Drive to second crossing of Aviation Drive, the Contractor shall design and construct the guideway structure t to match the appearance, profile and proportions shown in the PE design. Alternative Structure Type at Dulles Airport. The PE design shows a pre-cast concrete segmental design for the aerial guideway and yard lead structures. The Contractor may substitute these designs with steel structures that meet all applicable design criteria. Within the Dulles Airport Historic District south of Aviation Drive, the steel structure for the aerial guideway must utilize a trapezoidal box girder and the bent profile shown in Figure 3. Figure 3. Airport Historic District Guideway Design Concept PIER PROTECTION The Contractor shall protect piers of both new and existing bridges or aerial structures owned by VDOT, the Airports Authority, TRIP II, and WMATA in accordance Article of with the AASHTO LRFD Bridge Design Specification. Piers supporting bridges over trackways and located less than 25 feet clear from the centerline of the near track shall be provided with pier protection that complies with AREMA requirements. As-built drawings of existing overhead Final RFP Statement of Work 46 March 15, 2013

55 and adjacent under grade bridges may be obtained from VDOT, TRIP II, or the Airports Authority. The Contractor shall evaluate all existing structures for the ability to resist additional loads due to the Project. Where required, existing structures must either be reinforced or otherwise modified, or shielded from the influence of additional loads. Final RFP Statement of Work 47 March 15, 2013

56 2.6 ROADWAYS SUMMARY OF CONTRACT REQUIREMENTS Package A includes roadway construction in multiple locations controlled by various jurisdictions. The Contractor shall design and construct all roadway elements in accordance with VDOT and AASHTO requirements and other applicable criteria, and shall obtain all required reviews and approvals per that jurisdiction s standard procedures and requirements. The Contractor is expected to be thoroughly familiar with the requirements of all applicable jurisdictions. Where required, appropriate traffic analyses and traffic warrants (for new signals) shall be prepared. The Contractor is responsible for coordinating roadway design and construction with all other disciplines to ensure a fully integrated Package A. The Contractor shall complete the necessary roadway improvements, as indicated in the Project Technical Requirements, required to: Maintain functionality (i.e. number of travel lanes, width of travel lanes, design speed, etc.) of existing roadways that would be affected by Package A by realigning or reconstructing these roadways as necessary. Increase functionality of existing roadways to accommodate Package A by constructing new roadways and/or reconstructing existing roadways to provide new and/or lengthened travel and turn lanes. Not preclude future roadway improvements identified in the Project Technical Requirements, necessary utility improvements, or other planned improvements. Additional details on planned and programmed roadway improvements within or adjacent to the limits of Package A are provided in Appendix 9 (Planned Roadway Improvements) ADDITIONAL ROADWAY REQUIREMENTS The Contractor shall also comply with the following requirements when designing and constructing the roadway elements in Package A: Roadway Lighting. Where existing roadway lighting facilities are affected by the Package A activities, the Contractor shall install new lighting and/or relocate the lighting required to provide illumination in those areas. New lighting, if required, shall be approved, as applicable, by the Airports Authority, VDOT, TRIP II, Fairfax County or Loudoun County. WMATA Access Roadway to Yard Lead and TBS 9 and 10. The Contractor shall provide suitable temporary roadway(s) necessary to construct the elevated Yard Lead and TBS 9 and 10. At completion, a portion of these roadways will be used for maintenance access to TBS 9 and 10 and shall be made permanent and be capable of supporting WB-50 vehicle loads and turning movements. The Contractor shall ensure that the construction of the temporary roadways complies with all applicable Final RFP Statement of Work 48 March 15, 2013

57 Owner-obtained permits or the Contractor shall obtain new or revised permits based on its design for the temporary roadways. Route 772 South Side Station Facilities. The Contractor shall provide suitable temporary roadway(s) necessary to construct the south side station facilities included in Package A. Wayside Access Roadways. The Contractor shall provide maintenance access roadways to all wayside facilities and to all stormwater facilities DULLES INTERNATIONAL AIRPORT ACCESS HIGHWAY (DIAAH) Construction of Package A shall require partial reconstruction of the DIAAH along the Metrorail alignment. The extent of DIAAH reconstruction varies along the Metrorail alignment. Within the Airport boundaries, the existing three lanes of the DIAAH approaching Saarinen Circle shall be realigned as shown in the PE design to accommodate the elevated rail guideway and its piers from the Aviation Drive overpass to Saarinen Circle. Saarinen Circle presently consists of four travel lanes, an auxiliary lane for recirculation of terminal traffic, and a shoulder on the north side. This travel and auxiliary lane configuration is to be maintained. The existing shoulder will be eliminated to accommodate construction of the new Metrorail Station. DIAAH Third Lane. Any reconstruction of the DIAAH and/or the DTR required for Package A shall not preclude the future construction of an additional (third) lane in each direction (EB and WB) of the DIAAH. Conceptual plans for the future DIAAH third lane alignment are provided in appendices of the PE Basis of Design Report. The Contractor s Package A design shall demonstrate that the future third lane in each direction can be accommodated and constructed in accordance with applicable criteria and standards. The plans shall include horizontal and vertical clearances for confirmation that design standards will be achievable and demonstration that all drainage requirements can be met using the stormwater management system constructed as part of Package A. Lane and paved shoulder width requirements for the reconstruction of the DIAAH and the establishment of accommodation for the future third lane are as follows: Travel lanes on the DIAAH are required to be 12 feet wide. A 12-foot minimum inside and outside shoulder on the DIAAH is preferred and shall be provided unless Airports Authority approval for a shoulder reduction is obtained. o A 10-foot minimum outside (right) shoulder on the DIAAH may be provided with approval. o A 4-foot minimum inside (left) shoulder on the DIAAH may be provided with approval. In selected locations, further reductions to shoulder widths to accommodate bridge piers or overhead signage foundations may be acceptable, but will require justification by the Contractor Final RFP Statement of Work 49 March 15, 2013

58 and approval by the Airports Authority. As part of Package A, the Contactor shall install VDOT-approved rumble strips on both the inside and outside shoulders of the DIAAH in both direction between Aviation Drive and the Package A limits near the Reston East- Wiehle Avenue station. Herndon Station Area. In the vicinity of the Herndon Station, the Contractor shall design the track alignment and transit station location to accommodate the required lane configuration for the DIAAH. In the vicinity of the station, the DIAAH shall maintain two 12-foot travel lanes, one 12-foot future lane, a 4-foot inside shoulder and a 10-foot outside shoulder for a total paved width of 50 feet. Additional details on these requirements are provided in Figure 4. Innovation Center Station Area. In the vicinity of the Innovation Center Station, the Contactor shall redesign the westbound roadway alignment of the DIAAH to accommodate the new transit station and each roadway s lane and shoulder width requirements. In the vicinity of the station, the DIAAH shall maintain two 12-foot travel lanes, one 12-foot future lane, a 4-foot inside shoulder and a 10-foot outside shoulder for a total paved width of 50 feet. Additional details on these requirements are provided in Figure 5. Within the boundaries of Dulles Airport, the Contactor shall coordinate with the Airports Authority to avoid conflicts with any future roadway projects shown on the approved Airport Layout Plan. The Contractor shall also coordinate with VDOT and its contractors to minimize or avoid any impacts to the Package A design resulting from Route 28 widening and interchange improvements DULLES TOLL ROAD (ROUTE 267) Construction of Package A in the median of the DIAAH and the associated reconstruction of the DIAAH along the Metrorail alignment will require reconstruction of portions of the Dulles Toll Road (DTR). The extent of DTR reconstruction varies along the Metrorail alignment. Due to its inclusion in the National Highway System, all design and construction associated with the DTR requires approval of both the Airports Authority and VDOT. Lane and paved shoulder width criteria for the reconstruction of the DTR are as follows: Travel lanes on the DTR are required to be 11 feet wide (requires submission and VDOT approval of the necessary Design Exception(s)) A 12-foot minimum inside and outside shoulder on the DTR is preferred and shall be provided unless approval is obtained for a shoulder reduction. o 10-foot minimum inside (left) and outside (right) shoulders on the DTR may be provided with VDOT approval (requires submission and VDOT approval of necessary Design Waiver(s)). In selected locations, further reductions to shoulder widths to accommodate bridge piers or overhead signage foundations may be acceptable, but will require the submission and approval of the necessary VDOT Design Exceptions and Airports Authority Approval. Final RFP Statement of Work 50 March 15, 2013

59 Figure 4. DIAAH and DTR Design Concept at the Herndon Station Final RFP Statement of Work 51 March 15, 2013

60 Figure 5. DIAAH and DTR Design Concept at the Innovation Center Station Final RFP Statement of Work 52 March 15, 2013

61 Within the boundaries of Dulles Airport, the Contactor shall coordinate with the Airports Authority to avoid conflicts with any future roadway projects shown on the approved Airport Layout Plan. The Contractor shall also coordinate with VDOT and its contractors to minimize or avoid any impacts to the Package A design resulting from Route 28 widening and interchange improvements DULLES TOLL ROAD (ROUTE 267) Construction of Package A in the median of the DIAAH and the associated reconstruction of the DIAAH along the Metrorail alignment will require reconstruction of portions of the Dulles Toll Road (DTR). The extent of DTR reconstruction varies along the Metrorail alignment. Due to its inclusion in the National Highway System, all design and construction associated with the DTR requires approval of both the Airports Authority and VDOT. Lane and paved shoulder width criteria for the reconstruction of the DTR are as follows: Travel lanes on the DTR are required to be 11 feet wide (requires submission and VDOT approval of the necessary Design Exception(s)) A 12-foot minimum inside and outside shoulder on the DTR is preferred and shall be provided unless approval is obtained for a shoulder reduction. o 10-foot minimum inside (left) and outside (right) shoulders on the DTR may be provided with VDOT approval (requires submission and VDOT approval of necessary Design Waiver(s)). In selected locations, further reductions to shoulder widths to accommodate bridge piers or overhead signage foundations may be acceptable, but will require the submission and approval of the necessary VDOT Design Exceptions and Airports Authority Approval. Herndon Station Area. In the vicinity of the Herndon Station, the Contractor shall design the track alignment and transit station location to accommodate the required lane configuration for the DTR. Additional details on these requirements are provided in Figure 5. Innovation Center Station Area. In the vicinity of the Innovation Center Station, the Contactor shall redesign the westbound roadway alignment of the DTR to accommodate the new transit station and each roadway s lane and shoulder width requirements. The Contractor may be responsible for the design and construction of a retaining wall and/or stream re-alignment and restoration. Environmental permits and any associated mitigation for such work, if required, shall be the Contractor s responsibility. Additional details on these requirements are provided in Figure 6. DTR Sound Wall Design and Construction. The Airports Authority is designing and constructing new sound barriers walls (sound walls) along the DTR within the limits of Package A. The approximate location and extent of the proposed walls are provided in the Reference Documents. The Airports Authority is currently consulting with affected neighborhoods to determine if sound walls will be required in these locations. Final RFP Statement of Work 53 March 15, 2013

62 At Noise Sensitive Area (NSA) 02 West, located on the north side of the Innovation Center station, the initial sound wall location identified by the Airports Authority (see Figure 6) conflicts with the realigned DTR and the pedestrian bridge configuration shown in the PE design. If a sound wall is required at this location, the Contractor shall complete the final design and construction of a sound wall that meets the type, size, and location requirements identified by the Airports Authority noise studies. Based on preliminary studies, a sound wall measuring 20 high by 1,310 long is required in this location. For ground-mounted sound walls, a concrete post and panel system with acoustical coating is required. Any bridge-mounted sound walls will require steel posts and acoustic panels. Additional design and construction requirements are provided in the Airports Authority s Standard Sound Barrier Design and Specification (190519), which is included in the Project Technical Requirements. The Contractor shall coordinate with the Airports Authority to confirm the final design parameters for this sound wall and ensure that the design of Package A facilities in its vicinity are fully coordinated. The Contractor may elect to combine the sound wall in this location with the highway retaining wall or construct a separate sound wall within the limits of the DTR right-of-way. Figure 6. Preliminary Sound Wall Location at Innovation Center Station At Noise Sensitive Area 06, located in the vicinity of SWM Facility 2-4, the initial sound wall location identified by the Airports Authority (see Figure 7) does not appear to conflict with Package A facilities. At this location, the Airports Authority shall complete the design and construction of any required sound wall. The Contractor shall coordinate with the Airports Authority s sound wall designer and constructor to fully accommodate the proposed sound wall and associated construction activities along the DTR. Final RFP Statement of Work 54 March 15, 2013

63 Figure 7. Preliminary Sound Wall Location at SWM Facility DULLES GREENWAY Construction of Package A in the median of the Dulles Greenway shall require reconstruction of portions of the Dulles Greenway along the Metrorail alignment. The extent of Dulles Greenway reconstruction varies along the Metrorail alignment. All work associated with the Dulles Greenway (Route 267) requires approval of both TRIP II and VDOT. The reconstruction of the Dulles Greenway shall not preclude TRIP II s future construction of additional (fourth and fifth) travel lanes in each direction (EB and WB). The Contractor must develop plans to demonstrate that the future fourth and fifth lanes in each direction can be accommodated as a widening project without the need for acquisition of additional right-of-way beyond that presently indicated on the PE Property Identification Plans. The plans shall also include horizontal and vertical clearances for confirmation that design standards will be met. These plans must be approved by TRIP II as a condition for approval of any reconstruction of the Dulles Greenway. Lane and paved shoulder width criteria for the reconstruction of the Dulles Greenway and the establishment of accommodation for the future fourth and fifth lanes are as follows: Travel lanes on the Dulles Greenway, including future lanes, are required to be 12 feet wide Final RFP Statement of Work 55 March 15, 2013

64 A 12-foot minimum inside and outside shoulder on the Dulles Greenway is required DULLES GREENWAY ADDITIONAL CONSIDERATIONS UPLIC Bridge. TRIP II has constructed the center pier for a new two-span bridge near OB Sta prior to the start of Package A construction. The PE design shows the approximate location of the future center pier and four-lane roadway that will cross over the Dulles Greenway and the rail guideway. Additional information regarding the exact location of the pier is provided in the Reference Documents. The Contractor shall review the construction plans for this pier, coordinate with TRIP II, and revise the roadway designs shown in the Project Technical Requirements as necessary to accommodate the as-built bridge pier. Transit Connector Roadway. Loudoun County may pursue, at some time in the future, a new bridge crossing the Dulles Greenway in the vicinity of the Route 772 Station. The PE design shows additional shoulder space on the Eastbound Dulles Greenway left (inside) shoulder that results from providing adequate stopping sight distance and a smooth roadway alignment for the Eastbound Dulles Greenway. The Contractor must not preclude a future bridge pier at this location. The Contractor shall not be required to design or construct any portion of this future bridge. Tail Tracks. The termination point for the rail alignment has been reduced from that shown in the PE design (see Appendix 1). The Contractor is providing an acceptable transition back to the existing roadway The Contractor is not responsible for any other roadway reconstruction work shown in the PE design required along portion of the rail alignment that has been deleted from the Package A scope FUTURE ROADWAY IMPROVEMENTS AT DULLES AIRPORT The PE design accommodates roadway improvements that will be constructed by the Airports Authority at a future date. Saarinen Circle Widening, including widening of portions of the DIAAH. Conceptual plans and profiles of the future configuration are included as reference drawings in the Project Technical Requirements. Saarinen Circle Underpass: Conceptual plans and profiles of the future configuration are included as reference drawings in the Project Technical Requirements. Dulles Airport North Area Road Improvements: The Project Technical Requirements indicate the approximate plan locations of these roadways, based on plans prepared for the Airports Authority in August Although these future improvements are not part of Package A, the Contractor shall configure its design and work to accommodate and allow their future construction. The required accommodations include roadway, guideway and utility profiles, overhead clearances, and foundations ADDITIONAL ROADWAY WORK AT DULLES AIRPORT The Contractor shall restore or reconstruct roadways, service drives, and parking areas within the boundaries of Dulles Airport as shown in the Project Technical Requirements. Any Final RFP Statement of Work 56 March 15, 2013

65 additional roadways, service drives, or parking areas utilized by the Contractor shall also be restored or reconstructed as required in accordance with the Airports Authority criteria and standards EDMUND HALLEY DRIVE The Contractor shall design and reconstruct Edmund Halley Drive, the access road to the south side facilities at the Reston Town Center station, to comply with VDOT standards for an Urban Collector (GS-7) roadway. It is currently a private access and internal circulation roadway. At present, Edmund Halley Drive does not meet the VDOT standards for a 225 foot minimum spacing between entrances. To provide adequate spacing, driveway entrances shall be relocated where necessary, including modifications to the adjacent parking lots at the new and existing driveway locations INTERSECTION IMPROVEMENTS The Contractor shall design and construct, to applicable criteria and standards, intersection improvements adjacent to station facilities and at other locations. The Project Technical Requirements indicate the locations, functional requirements (including the number/types of lanes, turn lane storage lengths, and whether or not a median is required) and extent of these intersection improvements. The Contractor shall provide adequate tapers and transitions to meet the applicable design requirements to obtain the necessary permits. The Contractor shall provide new and/or modified traffic control, including traffic signals as warranted. Some of these improvements are as identified in the Amended Record of Decision as required mitigation measures. These improvements consist of the following: Reston Parkway. A new northbound through lane on Reston Parkway at the Sunrise Valley Drive intersection. The new lane on Reston Parkway extends from south of the intersection with South Lakes Drive (with the conversion of a right turn lane to a thru-right lane) to the existing beginning of the auxiliary lane for the ramp for northbound Reston Parkway to the eastbound Dulles Toll Road. The design and construction of the additional lane shall consider setback and clearance requirements for buildings along Reston Parkway. In addition, new transitional lanes for Sunrise Valley Drive west of Reston Parkway are required to provide a free-flow southbound right turn movement from Reston Parkway. Reston Town Center Station. Modifications to Sunset Hills Road at the new north station entrance and Traction Power Substation 12 and modifications to Sunrise Valley Drive at the intersection with Edmund Halley Drive. Sunrise Valley Drive. Modifications to the right turn lane from eastbound Sunrise Valley Drive to southbound Fairfax County Parkway. Herndon Station. Modifications to Sunrise Valley Drive at the new south station entrance including construction of a new intersection and improvements to two existing intersections. The longitudinal extents of the improvements to Sunrise Valley Drive shall incorporate lane transitions as necessary to meet design and permit approval requirements. Final RFP Statement of Work 57 March 15, 2013

66 Innovation Center Station. Modifications to Innovation Avenue at the north station entrance. The Contractor shall modify the eastbound entrance to improve traffic flow and reduced speeds for vehicles entering the station site. Route 606. Design and construct an additional right turn lane from southbound Route 789 (Moran Road) to westbound Route 606 and provide a left turn lane from Route 606 eastbound to Route 789 northbound. The left turn lane shall be constructed by converting the existing pavement adjacent to the existing left turn lane into a working left turn lane. The length of the lane shall be maximized for the pavement available, accommodating necessary tapers within existing pavement. The Contractor shall assume the pavement is structurally adequate but shall verify and document the structural adequacy of the pavement as part of the design. Route 606 Station. Modifications to Lockridge Road to comply with the VDOT standards at the new station entrance and implementation of traffic control and intersection improvements necessary to accommodate projected Year 2020 traffic volumes at the intersection. Moran Road and Lockridge Road. Implement necessary intersection and traffic control improvements at the intersection to accommodate Year 2020 traffic volumes. Current traffic analyses for 2020 indicate that a 4-way stop does not provide an adequate level of service and a traffic signal is not warranted. If updates to the signal warrant analysis show that a signal is still not warranted, install a single-lane roundabout at the intersection incorporating a right turn bypass lane for northbound to eastbound traffic to maintain acceptable queue lengths INTERNAL STATION ROADWAYS The Project Technical Requirements show roadways to be constructed by the Contractor at each station which are part of the internal circulation of station traffic. In general, these include roadways, surface parking, bus bays, shuttle stops, curb, gutters, sidewalks and associated items, and other roadways required for a functional Metrorail station. These are considered internal WMATA roadways and shall be designed in accordance with the WMATA criteria and standards ROADWAY SIGNAGE The Contractor shall design and construct all new roadway signage required by Package A on the DIAAH, DTR, Dulles International Airport, Dulles Greenway and other VDOT roadways. The Contractor shall also relocate any existing signage affected or displaced due to the construction and operation of Package A. For any existing sign or sign structure that requires modification, the Contractor shall be responsible for modification of the sign panel, structure, foundation, font, reflectivity, lighting, remote communications and coordination with the Airports Authority to ensure that the sign and structure meet current design standards. Existing major highway signs and sign lighting shall be maintained, without reduction in visibility to the traveling public, until such time as replacement signing is in place. The Contractor shall design, fabricate and install way-finding signage to direct traffic in each direction from the DTR and Dulles Greenway to the stations. The Contractor shall also provide VDOT-compliant way finding sign(s) along the local roadways intersecting each station access road from each direction in order to direct motorists and the public to the station entrance. Final RFP Statement of Work 58 March 15, 2013

67 Signage locations are subject to the approval of the Airports Authority WMATA, VDOT, TRIP II, and/or local jurisdictions. Existing signs that must be relocated are indicated on the PE plans. The Contractor shall determine the exact location and size of each sign based on site conditions, clearance requirements and applicable design standards. An existing sign inventory that documents existing signs along major roadways (e.g., DTR, DIAAH, Dulles Greenway) is included in the appendices of the PE Basis of Design Report. No inventory of existing signage along access roads, in station areas or at private entrances has been conducted. The following specific requirements apply to roadway signage at various Package A locations: Existing Overhead Roadway Signing. Existing DIAAH signs, supported on overhead cantilever sign structures or overhead sign bridge structures, which must be relocated by the Contractor are noted on the PE plans. At some locations on the DIAAH and DTR, new sign panels and supports will be required as new sign legends will be needed to identify the new transit stations as destinations. At other locations on the DIAAH, the existing sign panels shall be reinstalled on new or modified sign supports. The Contractor shall coordinate with VDOT and the Airports Authority for confirmation and acceptance of the new sign locations. For highway signs along the Dulles Greenway, the Contractor shall coordinate with TRIP II confirmation and acceptance of the new sign locations Existing Ground-Mounted Roadway Signing. The Contractor shall relocate existing pole mounted and barrier mounted signs as indicated in the Project Technical Requirements. Roadway Signing on Existing Bridges. Per VDOT requirements (IIM-S&B-76.3), all existing VDOT signs that are currently attached to VDOT bridge structures and require relocation by Package A construction shall be removed and relocated by the Contractor. Existing Dulles International Airport Signage on DIAAH. There are multiple signs for Dulles International Airport travelers (which display terminal, parking lot, and airport services information) located in the median of the DIAAH that will be displaced by the construction of Package A. The Contractor shall design and construct new overhead sign structures spanning the DIAAH to replace these signs at up to five locations. These overhead sign structures shall be designed to support dynamic messaging sign panels (with a maximum height of 10-0) across their entire length with necessary roadway clearances. The Contractor shall also provide a new power feed to each of the proposed sign structures. The sign panels will be installed by the Airports Authority connected to power feeds provided by the Contractor. While power feeds exist along the DIAAH to serve the existing airport parking lot Open/Closed signs, the Contractor shall determine the source, location, and routing of power feeds to the new and relocated signs. Hand hole locations for this relocated/extended conduit must be approved by the Airports Authority prior to construction. The Contractor shall also install two 4 communications conduits between Route 28 and Centreville Road for dynamic messaging sign communications cables and any necessary feeds to each sign structure. These cables will be installed by the Airports Authority. All Dulles International Airport signage shall be maintained until the dynamic messaging signs are operational. Locations for any temporary signs must be approved by the Airports Authority. Final RFP Statement of Work 59 March 15, 2013

68 Existing Historic Dulles Airport Sign. West of Route 28 is the historic butterfly entrance sign. This sign is in conflict with the trackway and shall be temporarily removed and replaced in a new location The Contractor shall photograph, remove, transport, store, and reinstall the sign at the location shown in the PE plans. The operation shall be in accordance with Section 106 requirements for handling of a historically significant item. Upon removal, the sign shall be transported to a location on the Dulles Airport property specified by the Airports Authority for restoration by others. Upon completion of the restoration, the Contractor shall transport the sign to its storage location for storage until reinstallation. Saarinen Circle Signage. The Contractor shall relocate or modify the existing overhead gantries and sign panels/lighting adjacent to aerial guideway and station as shown on the PE Plans. Dulles Airport Signage Standards. All new signs, relocated signs, and sign lighting at Dulles Airport shall be designed in accordance with applicable standards EMERGENCY CROSSOVERS The Contractor shall design and construct new emergency crossovers between the DIAAH and the DTR in both the eastbound and westbound directions. The initial locations of the required emergency crossovers (Nos. 8, 9, 10, and 11) were determined during PE and are shown on the PE plans. Additional details on the crossover requirements and locations are provided in the PE Emergency-Maintenance Vehicle Crossovers Report and its appendices. The Contractor shall further evaluate the proposed crossover locations and optimize, in coordination with the Airports Authority, the final locations to address potential safety concerns associated with inadequate weave distance between upstream on-ramps and the emergency crossovers. The Contractor shall also maintain temporary access to all existing crossovers during construction and construction of temporary crossovers shall be phased so that the requirements for emergency crossovers are maintained at all times during construction. New emergency crossovers constructed by the Contractor shall be operational prior to elimination of any of the existing crossovers. Access through emergency crossovers between the DIAAH and DTR, are to be controlled by movable/retractable barrier gates furnished and installed by the Contractor in the concrete traffic barriers between the two roadways and shall meet the following requirements: The moveable/retractable gate shall be of a type accepted by the Federal Highway Administration and shall be fully compliant with the National Cooperative Highway Research Program Report 350 for the Test Level 3 for longitudinal barriers, such as Barrier Gate or a similar product. The moveable/retractable gate shall provide a minimum nominal opening of 42 feet. The moveable/retractable gate shall open by electric power with a nominal time to completely open not more than one minute. The moveable/retractable gate shall also be capable of manual opening. Final RFP Statement of Work 60 March 15, 2013

69 The movable/retractable gates shall be programmed to open in response to the Yelp mode on emergency vehicle sirens and shall not be activated by nonresponding emergency vehicles passing by on the highway. All movable/retractable gates must be accessible by remote or manual control by maintenance personnel. The movable/retractable gates shall be compatible in programming and operation to those used elsewhere along the DIAAH/DTR corridor and must be approved by the Airports Authority and VDOT HIGH-RAIL ACCESS The Contractor shall design and construct access to the proposed maintenance track located east of the Herndon Station by means of a moveable/retractable barrier in conjunction with sliding gates incorporated in the fencing on top of the barrier and in coordination with the intrusion detection system to allow WMATA maintenance personnel access to the tracks. Access to the trackway at this location will be controlled by a movable/retractable barrier gate designed, furnished and installed by the Contractor. The movable/retractable barrier gate shall be installed within the concrete traffic barriers along the north side of the maintenance track and shall be in accordance with the following requirements: The Contractor shall either use or modify the type of moveable/retractable gate specified for the DIAAH-DTR Emergency Crossover locations or identify a suitable replacement. The movable/retractable barrier gate shall be capable of opening only by authorized WMATA personnel. The movable/retractable barrier gate model to be utilized must be approved by Airports Authority. Access is to be provided from the westbound DIAAH only. The area of the high-rail access and the length of the maintenance track shall be lighted in accordance with WMATA criteria for general illumination in special trackwork areas. Particular attention shall be given to placement and direction of this illumination to avoid impact to vehicular traffic on the adjacent highways TRAFFIC ANALYSES The Contractor shall perform necessary traffic analyses for new or modified roadways and shall perform signal warrant analyses for all locations of new traffic signals. Traffic analysis shall be performed for both Years 2020 and The Airports Authority may provide revised peakhour station-related traffic volumes for analysis locations; the Contractor shall use such updated data in its traffic analyses and warrant studies. The Contractor is responsible for collecting any additional data needed. Models (e.g., Synchro, SimTraffic, Sidra, as appropriate) used for the traffic analyses shall include the immediately adjacent up- and down-stream signalized intersections in order to provide the proper context for traffic operations at each location. If the new or modified signal is part of a coordinated system which includes multiple intersections, the Contractor s analysis shall include those intersections and the Contractor must synchronize the Final RFP Statement of Work 61 March 15, 2013

70 signal system to include the new or modified signal. Signal warrant analyses shall be performed for 2020 conditions. Required traffic and signal warrant analyses must be signed and sealed and accepted by the Airports Authority and/or VDOT prior to completion of roadway designs. Traffic Signal Modifications. The following intersections are existing signalized intersections that require consideration for signal modifications: Reston Town Center Station Area (South) Sunrise Valley Drive and Edmund Halley Drive Reston Parkway and Sunrise Valley Drive Reston Parkway and South Lakes Drive Herndon Station Area (South) Sunrise Valley Drive and Roark Drive Route 606 Station Area Route 606 (Old Ox Road) and Moran Road Signal Warrant Analyses. The following intersections are potential future signalized intersections where the Contractor shall review previously completed warrant analyses and confirm that conditions assumed in the analyses are not sufficiently changed to alter the findings. Reston Town Center Station (North) Sunset Hills Road and Reston North Station Entrance: (Current Finding: Signal Warranted) Innovation Center Station (South) Sunrise Valley Drive and Garage Entrance (Current Finding: Signal Warranted) Innovation Center Station Connector Road and Garage South Entrance (Current Finding: Signal Not Warranted) Route 606 Station Lockridge Road and Moran Road (Current Finding: Signal Not Warranted, but may be Warranted as a result of the improvements required in Section ) Lockridge Road and North Station Access (Current Finding: Signal Not Warranted) Where signals are indicated as warranted, or otherwise required by VDOT or the Airports Authority, the Contractor shall design, furnish and install the traffic signals. Where traffic signals are indicated at not warranted, the Contractor shall assume these signals are not required pending the results of the warrant analyses. Potential locations requiring new or modified traffic signals are noted in the PE design. The Property Identification Plans identify right-of-way or easements to cover the areas where Final RFP Statement of Work 62 March 15, 2013

71 controllers and poles would likely be located, but the final configuration shall be developed by the Contractor in coordination with Airports Authority, VDOT, and/or Fairfax and Loudoun Counties. The Contractor shall be responsible for final intersection design. Locations of relocated traffic signal poles and controller cabinets shall be confirmed by the Contractor as part of its signalization designs PAVEMENT REQUIREMENTS Contractor shall prepare and incorporate the final design pavement sections into the plans, typical sections, profiles and cross-sections. Pavement sections shall be validated by analysis of projected traffic, analysis of soil conditions and pavement design calculations in accordance with the applicable manuals noted in Section of this Statement of Work. New or replacement pavement sections shall be designed and constructed by the Contractor in accordance with applicable criteria and standards. The Contractor shall incorporate under drains or edge drains into the pavement designs as required. In areas of widening, existing shoulders and 1-foot of existing mainline pavement structure shall be fully removed to the subgrade before placing the new pavement section for widening. Pavement layers for widening shall be placed such that the top of the Intermediate Asphalt Course matches grade and cross slope with the milled surface of the existing pavement. The final Surface Asphalt Course shall be placed uniformly over the widened and milled pavement such that the joint between the new widened pavement structure and the existing pavement structure is concealed. The pavement sections listed below are to be used for the design and construction of each roadway segment or type within Package A, unless an alternative pavement design proposed by the Contractor is approved by the Airports Authority. Any request for the use of an alternative pavement design must be justified by the Contractor and meet applicable design criteria and standards. All such requests will be evaluated and approved on a case-by-case basis.. Dulles Toll Road: The following pavement section shall be used for DTR travel lanes: Surface 1.5 Asphalt Concrete, Type SM-9.5D Intermediate 2 Asphalt Concrete, Type IM-19.0A Base 6 Asphalt Concrete, Type BM-25.0A Sub Base No Cement Stabilized Aggregate Material No. 21A Stabilized with 4% Hydraulic Cement by Weight) Sub Base No Select Material Type 1, Min CBR-30 The following pavement section shall be used for DTR shoulders: Surface 1.5 Asphalt Concrete, Type SM-9.5D Intermediate 2 Asphalt Concrete, Type IM-19.0A Base 4.5 Asphalt Concrete, Type BM-25.0A Sub Base No Cement Stabilized Aggregate Material No. 21A Final RFP Statement of Work 63 March 15, 2013

72 Stabilized with 4% Hydraulic Cement by Weight Sub Base No Select Material Type 1, Min CBR-30 Dulles International Airport Access Highway: The following pavement section shall be used for DIAAH travel lanes: Surface 1.5 Asphalt Concrete, Type SM-9.5D Intermediate 1.5 Asphalt Concrete, Type IM-19.0A Base 3 Asphalt Concrete, Type BM-25.0A Sub Base No. 1* 18 Aggregate Base Material, Type I, Size No. 21B Sub Base No Select Material Type 1, Min CBR-30 The following pavement section shall be used for DIAAH shoulders: Surface 1.5 Asphalt Concrete, Type SM-9.5D Intermediate 1.5 Asphalt Concrete, Type IM-19.0A Base 3 Asphalt Concrete, Type BM-25.0A Sub Base No. 1* 12 Aggregate Base Material, Type I, Size No. 21B Sub Base No Select Material Type 1, Min CBR-30 *Increase depth where required to match existing aggregate Base material. The following pavement section shall be used for Emergency Crossovers between DIAAH and DTR: Surface 1.5 Asphalt Concrete, Type SM-9.5D Base 3 Asphalt Concrete, Type BM-25.0A Sub Base 11 Aggregate Base Material, Type I, Size No. 21B Dulles Greenway (Greenway): The following pavement section shall be used for Greenway travel lanes: Surface 1.5 Asphalt Concrete, Type SM-9.5D Intermediate 2.0 Asphalt Concrete, Type IM-19.0A Base 7.5 Asphalt Concrete, Type BM-25.0A Sub Base No. 1 6 Cement Stabilized Aggregate Material No. 21A Stabilized with 4% Hydraulic Cement by Weight Sub Base No. 2 6 Select Material Type 1, Min CBR-30 The following pavement section shall be used for Greenway shoulders: Surface Asphalt Concrete, Type SM-9.5D (due to wedge overlays) Intermediate 2.0 Asphalt Concrete, Type IM-19.0A Sub Base No Aggregate Material 21B primed with Liquid Asphalt Final RFP Statement of Work 64 March 15, 2013

73 The following pavement section shall be used for Greenway ramps: Surface 1.5 Asphalt Concrete, Type SM-9.5D Intermediate 2.0 Asphalt Concrete, Type IM-19.0A Base 6 Asphalt Concrete, Type BM-25.0A* Sub Base No. 1 8 Cement Stabilized Aggregate Material No. 21A Stabilized with 4% Hydraulic Cement by Weight Sub Base No. 2 6 Select Material Type 1, Min CBR-30 The following pavement section shall be used for Greenway ramp shoulders: Surface 1.5 Asphalt Concrete, Type SM-9.5D Intermediate 2.0 Asphalt Concrete, Type IM-19.0A Sub Base No Aggregate Material 21B primed with Liquid Asphalt Other Roadways: The following pavement section shall be used for all other roadways: Surface 1.5 Asphalt Concrete, Type SM-9.5D Intermediate 2.0 Asphalt Concrete, Type IM-19.0A Base 6 Asphalt Concrete, Type BM-25.0A Sub Base No Aggregate Base Material, Type I, Size No. 21B Sub Base No Select Material Type 1, Min CBR-30 TPSS/TBS Access: The following pavement section shall be used for access roadways to wayside facilities unless otherwise specified in the Contract Documents: Surface 1.5 Asphalt Concrete, Type SM-9.5A Base 5.5 Asphalt Concrete, Type BM-25.0A Sub Base 6 Aggregate Base Material, Type I, Size No. 21B Temporary Pavement on DIAAH, DTR and Greenway: Permanent pavement designs shall be used for all pavement widening including for the use of temporary lane shifts and detours. Temporary Pavement on Other Roadways: The Contractor shall be responsible for any temporary pavement design. Temporary pavement designs shall be designed in accordance with the 1993 AASHTO Guide for the Design of Pavement Structures (1993 Edition) and submitted to Owner for review. Temporary pavement designs developed using AASHTO shall have the following minimum design criteria. At a minimum, temporary pavement should consist of 6 inches asphalt concrete and 6 inches of crushed aggregate. All temporary pavements shall be completely removed once it is no longer in service. Final RFP Statement of Work 65 March 15, 2013

74 Minimum Temporary Pavement Design Criteria: Design Life 6 months minimum Reliability eighty percent (80%) minimum Initial Serviceability 4.2 minimum Terminal Serviceability 2.8 minimum Standard Deviation 0.49 minimum CBR value for subgrade soils determined by laboratory tests The minimum pavement sections require that proper grading be maintained to direct surface water away from paved areas and to provide for efficient runoff from surrounding areas. Control of both surface and ground water will be a very important consideration for the overall performance of these pavement designs. Private and Commercial Entrances: Pavements for existing commercial or private entrances shall be constructed utilizing the following minimum pavement section or matching the existing entrance pavement structure, whichever is greater. Minimum Commercial Entrance Pavement Section: 1.5-inches Asphalt Concrete Surface Course, Type SM-9.5A or SM-9.5D 4-inches Asphalt Concrete Base Course, Type BM-25.0A 6-inches Aggregate Base Material, Type I, No. 21-B Final RFP Statement of Work 66 March 15, 2013

75 2.7 DRAINAGE AND STORMWATER MANAGEMENT SUMMARY OF CONTRACT REQUIREMENTS Package A includes project wide drainage elements and site-specific stormwater management facilities under various jurisdictions. The Contractor shall design, furnish, and install or construct all required drainage elements and stormwater management facilities in accordance with the Project Technical Requirements and applicable codes, standards, and criteria. The Contractor shall design all drainage elements in accordance with the applicable criteria (for both quality and quantity management of stormwater runoff) of the appropriate jurisdiction, shall obtain all required approvals per that jurisdiction s standard requirements, and construct these drainage elements and stormwater management facilities per these approvals. The Contractor is expected to be thoroughly familiar with the requirements of all applicable jurisdictions. The Contractor is responsible for coordinating the drainage and stormwater design and construction with all other disciplines to ensure a fully integrated Package A. The required drainage and conveyance systems include both open and closed systems. The Contractor shall provide a well-drained corridor and a safe environment in accordance with applicable design criteria. The design and construction of all roadway, site, guideway and drainage elements of Package A shall adequately address functionality, durability, ease of maintenance, maintenance access, safety, aesthetics and protection against vandalism. For drainage, the overall scope of work shall include but not be limited to: grading, open and closed storm drain system design, spread calculations, hydraulic grade line calculations, inlet spacing, pipe sizing, adequate outfall, overland relief, and applicable stormwater management. In general, the track guideway drainage shall be accomplished by grading the sub ballast to track drains that connect to a closed drainage system on the outside of the guideway retaining (or barrier) walls. Where on aerial structure, runoff is collected and routed to the grade below each pier; downspouts shall be located at the low end of every span. For stormwater management, the Contractor shall develop all required design calculations, drainage area maps, hydrologic and hydraulic studies and plans necessary to obtain applicable regulatory approvals. The designs shall also address adequate outfall requirements. The criteria of Fairfax and Loudoun Counties will apply to BMPs within the respective Counties in circumstances where the County criteria are more stringent than the Virginia DCR criteria. During PE, an initial Phase 2 stormwater management design was completed as documented in the Project Technical Requirements and the Preliminary Stormwater Management Report (September 2011). The Contractor shall note that the PE design is based on the requirements stated in VDOT Instructional and Informational Memorandum (IIM) The current version of the document, IIM (195.7), issued in December 2011, may require larger stormwater management facilities or alternative BMP types from those shown in the PE design. The Contractor is responsible for designing drainage elements and stormwater management facilities in compliance with the applicable Virginia DCR requirements and VDOT Instructional and Informational Memorandum 195 in effect for Package A at the time of permitting. All stormwater management and BMP facilities are required to have maintenance access roads per applicable criteria, codes or standards and as noted in the Project Technical Requirements. Final RFP Statement of Work 67 March 15, 2013

76 2.7.2 ADDITIONAL DRAINAGE AND STORMWATER MANAGEMENT REQUIREMENTS The Contractor shall also comply with the following requirements when designing and constructing the drainage elements and stormwater management facilities in Package A: The single-sided drainage configuration for the at-grade guideway shown in the PE design does not meet WMATA criteria. If the Contractor utilizes this drainage configuration, approval of a WMATA Design Standard Proposal (DCSP) will be required. A similar drainage configuration was used on Phase 1 of the Project and the necessary DSCP was approved. Designs that allow the short-circuiting of flow between the inflow and outflow points for SWM ponds will not be accepted. Appropriate measures shall be installed such as baffles to lengthen the flow path as required to meet the design guidelines. The SWM pond bottom shall be graded in order to allow for positive flow to the outfall structure per the design criteria. The Contractor is required to perform field-surveys and analysis of adequate outfall channels as per the applicable codes, standards, or guidelines provided by the local jurisdictions, whichever are deemed to be more stringent. The Contractor shall provide dam breach analyses to verify the safety of all SWM pond embankments. Alternative materials (other than corrugated metal pipe) that meet both permitting and end-user maintenance requirements for underground stormwater management facilities may be used. The Package A stormwater management design shall accommodate the flows and BMP requirements assumed in the PE design for the Package C parking garages. The PE design includes new or improved stormwater management facilities that will not be owned and maintained by the Airports Authority or WMATA (SWM Pond Fairfax County and SWM Pond TRIP II). The Contractor shall coordinate with the respective owners to confirm the design standards to be use for these ponds STORM DRAIN SYSTEMS Runoff within the limits of Package A, and off-site storm water draining into the Package A boundaries, shall be collected and conveyed to an existing or proposed storm drain system. The storm drain design shall honor the natural divides, and it shall address the 100-year storm event overland relief requirements. Existing drainage pipes and culverts proposed to remain in place are to be evaluated for hydraulic capacity and structural integrity. If necessary, these facilities shall be adequately cleaned, repaired, or replaced to ensure their designed hydraulic conveyance performance. The Contractor shall refer to the Project Technical Requirements for condition inspection, restoration, maintenance, and cleaning of existing drainage requirements. Final RFP Statement of Work 68 March 15, 2013

77 Existing drainage pipes and culverts that cross below at-grade Metrorail tracks and facilities shall be reinforced, encased, or otherwise improved or protected as required to comply with current WMATA and utility owner criteria INLETS, CATCH BASINS AND PIPES Any inlet, pipe, or storm drain structure that will not become part of the final drainage system shall be removed or abandoned in place in conformance with the applicable criteria, codes or standards CONNECTIONS TO EXISTING SYSTEMS The Contractor shall design and construct necessary connections with existing storm drain systems. The existing drainage patterns shall not be impeded in any way that would impact the safety of the traveling public during the construction of Package A ROADWAY UNDER DRAINS Existing roadway under drains are not shown in the PE design. The Contractor shall maintain any under drains and under drain outfalls during construction activities and replace in-kind any under drains and under drain outfalls disturbed or damaged by the Work. The Contractor shall design and construct new under drains and under drain outfalls for new and/or reconstructed roadways where required by WMATA, Airports Authority and/or VDOT criteria FLOODPLAINS Per the Record of Decision for the Project, Package A shall not increase 100-year flood elevations by more than one foot. The Contractor shall perform all required hydrologic and hydraulic studies necessary to evaluate the impact of the Package A design on the 100-year floodplain and 100-year water surface elevations. If necessary, the Contractor shall obtain approvals from the appropriate jurisdiction for any increases in the 100-year flood elevation, if required, and must obtain FEMA approval for Flood Insurance Rate Map Revisions. The Contractor shall, if necessary, design mitigations in accordance with the applicable policies of the agencies listed above EROSION AND SEDIMENT CONTROL The Contractor shall prepare all designs and erosion and sediment control plans depicting the construction entrances, disturbed areas, and laydown areas for materials and equipment necessary to obtain erosion and sediment control permits for construction of Package A DULLES INTERNATIONAL AIRPORT ACCESS HIGHWAY (DIAAH) The Package A drainage and stormwater management design shall accommodate the runoff from the future DIAAH third lane. The Contractor is not required to include provisions for stormwater management required for the future widening of the DIAAH within the Dulles Airport property or the future widening of Saarinen Circle. Final RFP Statement of Work 69 March 15, 2013

78 DULLES GREENWAY In the design of stormwater management facilities adjacent to the Dulles Greenway, the Contractor shall locate all the facilities such that they shall not be impacted or displaced by the construction of the future fourth and/or fifth lanes in each direction of the Dulles Greenway. However, the Contractor is not required to include provisions for stormwater management required for the additional lanes when sizing these facilities In addition, the length of the tail tracks along the Dulles Greenway at the end of Package A shown in the PE design has been reduced. All grading, drainage elements and stormwater facilities required for the construction of this shortened portion of track have been removed from the Package A scope RESTON TOWN CENTER STATION The Contractor shall rotate the proposed underground stormwater management structure #2-1C located at the south station entrance or provide an alternative structure that does not conflict with the existing 12 water line shown. The rotation of this underground SWM facility or proposed alternative facility will also eliminate conflicts with the known gas and communication lines servicing the existing building ROUTE 772 STATION AREA In the vicinity of the Route 772 station, the drainage elements shown on the PE plans as "future" will be installed by others. The PE design assumes that the drainage structures on these future roads will be provided when the roads are constructed, and that the construction of the future roads precede (or is concurrent with) the Package A construction. At the east end of the Route 772 Station north entrance, a 60 RCP storm sewer outfall shown on the PE plans may conflict with future access roadways. If necessary, the Contractor shall coordinate with the utility owner and relocate this outfall to eliminate this conflict. The PE plans show an existing 48 RCP under the Route 772 station platform. This existing culvert is conveying the storm runoff from the south side of the Dulles Greenway to the north side. However, the runoff is returned back to the south side of the Dulles Greenway via another existing culvert downstream and ultimately drains to SWM Pond 2-12A on the south side of the Dulles Greenway. This conveyance method of storm runoff results in an unnecessarily large storm drain system for the Route 772 station north entrance site. Therefore, the Contractor shall consider design solutions that keep this storm runoff on the south side of the Dulles Greenway and provide a separate system to manage the runoff from north side station site, eliminating the need for the 48 RCP culvert crossing at the Route 772 station. The Contractor is responsible for obtaining any permits and approvals required for its alternative design SWM REQUIREMENTS FOR LOCAL ROADWAYS Stormwater management and BMP facilities for local roadway improvements included in the scope of Package A are not depicted in the PE design. The Contractor shall comply with VDOT drainage and stormwater management requirements at these locations, including upgrades to stormwater management facilities if existing facilities are determined to be inadequate. Final RFP Statement of Work 70 March 15, 2013

79 2.8 UTILITIES SUMMARY OF CONTRACT REQUIREMENTS The Contractor shall be responsible for the design and construction of all utilities and utility relocations necessary to accommodate and deliver Package A in accordance with the Project Technical Requirements and applicable criteria, codes, and standards. The work includes performing all investigations necessary to verify the type, location and depth of all existing utilities within the limits of the Contractor s activities. The Contractor is responsible for coordinating and integrating utilities design and construction with all other disciplines to ensure a fully integrated Package A. Existing utilities within the Package A limits have been identified using information obtained from utility owners and municipalities for type, size and approximate location. In addition, limited test hole information was collected as part of PE to verify the depth and location of some utility lines. This information is compiled as shown on the PE plans and is provided for the Contractor s use. Additional utility investigations were conducted by the Airports Authority following the completion of PE. This field work included additional verification and surveying of utility lines, as well as supplementary test holes. The Airports Authority also communicated with utility owners to obtain additional information on their lines within Package A. The results of this investigation are shown in the Supplemental Utility Information Final Report, Rev. 1 (February 2013). The Contractor is responsible for verifying the location of existing utilities prior to construction, in accordance with applicable laws, regulations, ordinances and utility company requirements The Contractor shall determine any utility construction conflicts and compliance issues, which require the utility to be relocated or adjusted. All existing utilities that are affected by the construction of Package A either by direct physical conflict or by proximity such that they no longer meet criteria shall be relocated or protected in place by the Contractor. Utility relocation and protection shall be performed in such a manner that brings the impacted utilities in compliance with applicable criteria. Relevant criteria include, but are not limited to, horizontal and vertical clearance requirements, loading, and maintenance access. The Contractor shall support and protect existing utilities during construction in accordance with the Project Technical Requirements. The Contractor shall communicate and coordinate with the utility owners, including holding coordination meetings, preparing sketches, and analyzing as-built design information to resolve any construction conflicts. The Contractor shall also resolve compliance issues such as applicable easements, maintenance access and agreements. The Contractor shall review relocation plans produced by the utility owners. All underground utilities, existing, new and relocated, that will cross the proposed track, station buildings, roadways, and facilities to be maintained and operated by WMATA shall be identified using WMATA standard utility markings and/or any marking standards required by the utility owner. Final RFP Statement of Work 71 March 15, 2013

80 2.8.2 ADDITIONAL UTILITIES REQUIREMENTS The Contractor shall also comply with the following requirements when designing and constructing the utilities and utility relocations in Package A GENERAL Utility Profiles Preliminary profiles of proposed water and sanitary sewer lines have been developed, but the elevations of the existing lines crossing these lines and at existing connection points shall be verified by the Contractor. Excavation Open-cut excavation is prohibited within the travel lanes of the DTR, DIAAH, Dulles Greenway, all entrance/exit ramps of these highways, and other driveway and roadway crossings shown on the PE plans. Installation of new or relocated utilities in these locations must utilize a jack-and-bore method that maintains existing roadway operations. Consolidation Of Jack-And-Bore Pits - Bore and jack pits for utilities crossing the DIAAH/DTR shall be consolidated to minimize roadway crossings. Pipeline and Conduit Crossings - All pipeline and conduit crossing beneath at-grade embankment and track sections shall be protected in place in accordance with applicable provisions of the WMATA criteria. Stray Current - Where Package A facilities are to be within the vicinity of metallic pipelines, the Contractor shall evaluate and identify any risks to these pipelines from corrosion by stray current. Station Telephone Rooms The Contractor shall provide a means for connecting each station telephone room to the nearest telephone company facility COORDINATION WITH UTILITY OWNERS District of Columbia Water and Sewer Authority (DC Water) - Coordinate with DC Water, formerly DC WASA, on an acceptable point of connection of the Route 606 Station sanitary line to the existing DC WASA sanitary system. The Contractor shall obtain the appropriate permits for the connection to the WASA sanitary sewer main. Fairfax Water - Coordinate with Fairfax Water on the final location of their proposed water mains crossing the DIAAH/DTR near Fairfax County Parkway and near the Innovation Center Station. The location of the proposed water main on Fairfax County Parkway is shown on the plans received from Fairfax Water. The Contractor shall confirm the final water line design location and any possible impact on Package A. Fuel and Gas Line Verification - Coordinate with Colonial Pipeline Company and Columbia Gas Transmission for the construction of Package A. These pipelines shall be protected from all construction and permanent loads due to Package A. Final RFP Statement of Work 72 March 15, 2013

81 Loudoun Water - For any building receiving water service, fire and domestic water service shall be independent connections to Loudoun Water s main. The Contractor shall meet Loudoun Water s requirements as defined in its Engineering Design Manual for the design of all crossings and connections. Sanitary Sewer Flow Monitoring System - DC Water, Fairfax County and Loudoun Water may require a flow monitoring system (sewer meter) to be installed prior to connecting to their sewer systems. The Contractor shall be responsible for resolving the sewer connection requirements and for obtaining the connection permits to the existing sanitary sewer system RESTON TOWN CENTER STATION Communication Line Conflict - Existing communication lines serving 2001 Edmund Halley Drive are shown in the Supplemental Utility Information Report and were not indicated on the PE plans. The Contractor shall resolve the conflict between these utility lines and the proposed sanitary sewer line, and underground SWM facility at the south station entrance. Water Line Conflict - The Contractor shall consider rotating the proposed underground stormwater management structure #2-1C located at the south station entrance so that it does not conflict with the existing 12 water line. The rotation of underground SWM facility shall also eliminate conflicts with existing gas and communication lines servicing the existing building UTILITIES ALONG OFFSITE ROADWAYS Existing utilities are not shown on the PE drawings along certain roadways where improvements are required as part of Package A, including, but not limited to: Reston Parkway from the South Lakes Drive intersection to the EB DTR exit ramp Sunrise Valley Drive in the vicinity of the intersection with Fairfax County Parkway Moran Road in the vicinity of the intersection with Route 606 Additional information regarding existing utilities is provided in the Supplemental Utility Information Report, but the Contractor is responsible for identifying all existing utilities affected by the design and construction of the required offsite roadway improvements. The Contractor s shall relocate any existing utilities to avoid conflicts with the roadway improvements constructed by the Contractor UTILITIES ALONG DULLES TOLL ROAD BMP Stormwater Management Facility #2-3A - The Contractor shall consider adjusting the location of this facility in order to eliminate the conflict with the existing water line and manhole. Final RFP Statement of Work 73 March 15, 2013

82 Tie Breaker Station (TBS) #6 - The Contractor shall consider adjusting the location of TBS #6 to eliminate the conflict shown on the PE plans with the existing electric, communications, and sanitary sewer lines INNOVATION CENTER STATION Sanitary Sewer Manhole (North Entrance) - The plan view (PE Drawing N09-U-004) provides invert data for an existing sanitary sewer that is inconsistent with the profile view (PE Drawing N09-U-021). As-built information received from Fairfax County during the supplemental utility investigation effort confirmed the plan view invert data is correct and shall be the basis of the Contractor s work in this location. Station Water Line (South Entrance) - The PE plans show a proposed 6 inch water line along the north side of Sunrise Valley Drive to provide service to the Innovation Center Station. An existing 12 water line is not depicted on the PE plans. The Contractor shall evaluate utilizing the existing line for the station water line connection to reduce the overall length of the water service connection. Sanitary Sewer (South Entrance) - The Contractor shall consider continuing the proposed sanitary sewer extension along the station connector roadway shown in PE drawings N09-U-011 and N09-U-012) to the existing 10 PVC sanitary sewer running along Sayward Boulevard and shown on the utility reference drawings UTILITY WORK AT DULLES AIRPORT Existing Dominion Virginia Power (DVP) 34.5 kv Overhead Power Line - An existing DVP electric line and relocation of the existing overhead power line are shown on the PE plans at north end of Dulles Airport. The Contractor shall assume in its design and construction work that this line has been removed. Therefore, the proposed underground ductbank, electrical manholes and cables will not be required. Relocation of Existing Utilities at Aerial Guideway Pier Locations - The Contractor shall coordinate the relocation of existing utilities with the design of the track and guideway pier locations prior to utility relocation work. Construction Near the Potomac Interceptor Sanitary Sewer Line. Construction of the aerial guideway and yard lead tracks requires multiple crossings of the existing 42 RCP Potomac Interceptor and the future route of the Loudoun County Broad Run Interceptor sanitary sewer line. The Contractor shall coordinate the design and construction of the aerial guideway and yard leads with DC Water and Loudoun Water to avoid conflicts with the existing and future lines. Relocation Of Existing 12 DIP Water Line At Dulles Airport Station - The proposed 12 water line depicted along Saarinen Circle as shown in the PE design may conflict with the excavation of the pedestrian tunnel and proposed storm sewer lines. The Contractor s design of the existing water line relocation shall eliminate any construction conflict. The Contractor shall install the new water line in a location where it will accommodate the existing fire hydrants for the North Parking Garage (Daily Garage 1) and the existing fire hydrant at the pedestrian tunnel. This design of Final RFP Statement of Work 74 March 15, 2013

83 the 12 water line shall also be coordinated with the future alignment of the Saarinen Circle road improvements. The water line shall not be located under the bus lane ROUTE 606 STATION ENTRANCE AND PROPOSED PARKING GARAGE Route 606 Station Water Line - The Contractor shall utilize the existing 16 water main for the proposed fire hydrants and lateral connections of the proposed parking structure. The Contractor s design shall provide the most efficient design of service connections and reduce the length of proposed water ROUTE 772 STATION Route 772 Station North And South Entrances The location of utility services, such as water and sanitary sewer connections to the Route 772 station, shall be optimized to accommodate future water and sewer lines that are to be installed in the vicinity of the North and South pavilion entrances as shown in the PE design. The Contractor shall coordinate with Loudoun County Water to ensure that the utility connections (or feeds) necessary for water and sewer service at the Route 772 station are provided, and that such service meets all pressure and flow requirements. Water service may be fed from a location other than that shown in the PE design STRUCTURAL ANALYSIS The Contractor shall comply with the requirements for minimum cover over utilities and drainage structures. The Contractor shall perform a structural evaluation of all existing drainage structures, pipes, utilities, and box culverts that may be affected by the construction of the track, guideway, station buildings, stormwater management facilities, traction power ductbank, or wayside buildings. The evaluation shall consider the influence of all loading applied including any new surcharge from the track structures. Analyses shall be done using the AASHTO standard specification for highway bridges. Any drainage structure, culvert or pipe which is insufficient to support the proposed loading shall either be replaced or protected in place with a properly designed structure, pipe or culvert. Final RFP Statement of Work 75 March 15, 2013

84 3 STATIONS AND FACILITIES 3.1 RAIL STATIONS SUMMARY OF CONTRACT REQUIREMENTS The Contractor is responsible for designing, constructing and activating the Package A rail stations in accordance with the Project Technical Requirements and applicable criteria, codes, and standards. The Package A stations consist of several elements or subsystems, including the mezzanine, platform, service rooms, lighting, signage and graphics, mechanical and electrical services and equipment, restrooms, and WMATA systems equipment. The Project Technical Requirements represent minimum requirements for all stations in Package A. The drawings include specific architectural, structural, mechanical, electrical, lighting, and signage requirements for all station elements such as mezzanine roof vaults, platform canopies, pedestrian bridges, entrance pavilions, interior finishes, architectural lighting, and typical station signage and graphics. Architectural themes and design features consistent with Phase 1 are used at all at-grade stations. The Contractor shall maintain this consistency of materials, colors, and workmanship of station elements at all stations. The design and layout of all rooms and functional spaces shall conform to the Project Technical Requirements. The square foot areas for rooms and spaces indicated represent minimum net floor area in square feet of usable floor space. The Contractor shall coordinate actual room dimensions and locations by functional relationships, all applicable codes and Americans with Disabilities Act (ADA) requirements, equipment requirements (including vertical and horizontal clearance requirements), as well as user access and maintenance requirements to ensure a proper and functional facility design. The Contractor is responsible for adjusting any given room and space area necessary to meet the design requirements for: circulation, wall thicknesses and construction types, structures, equipment arrangement, and furnishings. The Contractor is responsible for coordinating and integrating station design and construction with all other disciplines to ensure a fully integrated Package A. The Contractor shall also provide all infrastructure, systems, facilities and equipment necessary to facilitate the installation of equipment and materials to be provided by WMATA and others, including: Fare collection equipment for both the initial system configuration and for the ultimate build configuration. The Contractor shall provide conduit and/or under floor ducts for the fare equipment and shall coordinate detailed installation requirements with WMATA. WMATA will furnish and install all fare equipment. Passenger information signage inserts provided by WMATA, including route maps, schedules, and fare tables. The Contractor shall provide supports and display cases. WMATA will furnish and install all display materials. Artwork for the Package A stations acquired through the Art in Transit program will be provided by WMATA. The Contractor shall be responsible for any design and Final RFP Statement of Work 76 March 15, 2013

85 construction services necessary to accommodate the installation and integration of site-specific artwork at each station, entrance pavilion, and/or station site. In coordination with the selected artist, the Contractor shall establish compatible schedule milestones to facilitate the design, delivery and installation of the artwork. Verification of adequate provisions for the artwork installations will be required prior to submitting station designs for permitting. Permitting and construction of any required foundations, provisions for electrical, mechanical, and plumbing connections, or any other required accommodations shall be the Contractor s responsibility. The Contractor shall also provide adequate time in its schedule for the installation of artwork at each location and provide the selected artists proper notice of such schedule requirements ADDITIONAL RAIL STATION REQUIREMENTS The Contractor shall also comply with the following requirements when designing and constructing the stations required for Package A: The Contractor shall be responsible for constructing the pedestrian bridge access nodes located on the north side of the existing Herndon Station parking garage including the connecting pedestrian bridge support and necessary modifications to the existing garage as shown in the PE design. At Innovation Center Station, the Contractor is to revise the PE design in response to WMATA comments regarding the circulation at the platform level and the equipment access to the maintenance hatch at the mezzanine level. The PE design has been amended (see Appendix 1) to indicate a shift in the platform by a minimum of 66-8 to the west (relative to the mezzanine) while extending the platform level to the west service rooms. The platform level service walk is to include a section of removable handrail for off-loading of equipment at the bay where the equipment access hatch is located. The Contractor shall perform fire-life safety modeling analyses for each of the Package A stations as necessary to obtain approval of station designs from the applicable jurisdictional authorities. The Contractor shall identify and comply with all applicable accessibility-related requirements of the FTA, WMATA, Virginia, and the Airports Authority in the design and construction of the Package A stations to ensure access by individuals with disabilities and certify compliance with WMATA s accessibility checklist. For at-grade stations, the structural framing system for the mezzanine level is shown as cast-in-place concrete with architectural precast concrete cladding on beams exposed to view at all at-grade stations. The Airports Authority will consider an alternative mezzanine structural design using cast-in-place or precast concrete with an architectural finish in lieu of precast cladding. Any alternative concrete design shall match the precast cladding design shown in the PE design in finish, texture, color and dimension size. Final RFP Statement of Work 77 March 15, 2013

86 The PE design for the water service rooms has provided adequate space for either a domestic water booster pump or a fire pump to meet National Fire Protection Association (NFPA) requirements should either be required. The Contractor shall make any necessary adjustments to the station water service room and/or floor plan layouts as required. The Contractor s final station design shall comply with all NFPA fire protection requirements. Public restroom facilities shall be included in the paid areas of the stations. The Contractor shall provide the minimum number of plumbing fixtures per VUSBC requirements based on the NFPA 130 station occupant load. The Contractor shall develop additional details pertaining to the restroom design and conduct an over-theshoulder review with the Airports Authority prior to the Preliminary Design submittal. The room finish schedules presented in the PE design as 500-series plan sheets shall be incorporated into the final plan set as 600-series plan sheets in accordance with WMATA criteria. The Contractor shall produce a sunlight study at each station to determine the need for fritted glass to reduce the effects of glare and temperature on the fare card equipment. The Contractor shall design and install extensions of all necessary services and utilities that are required for the buildings to function, including the connection of each station to the telecommunications network. Stations shall be situated so that no part of the platform or track is flooded in the event of a 100-year storm. The Contractor shall provide station designs and details that minimize alighting opportunities for birds. Bird control devices shall be used only where control cannot be accomplished by the integral features of the design. Public telephones at the stations, if shown in the PE design, shall be omitted from Package A STATION NAMES The Contractor shall note the following changes to Fairfax County station names used in the PE design and incorporate the official Phase 2 station names approved by the WMATA Board of Directors in April 2012 into all Package A deliverables, including design and construction documents. Prior Station Name Wiehle Avenue Reston Parkway Herndon-Monroe Route 28 New Station Name Wiehle-Reston East Reston Town Center Herndon Innovation Center Final RFP Statement of Work 78 March 15, 2013

87 There are no changes to the Dulles Airport or Loudoun County station names used in the PE design. If alternative station names are approved for the Loudoun County or Dulles Airport stations, the Contractor shall be responsible for incorporating them similarly into all Package A deliverables, including design and construction documents. All signage, labels, and markings not visible to the public shall use the N segment designations (for example N07 - Reston Town Center Station) as the primary designation instead of station names. This requirement shall also apply to software, manuals, and record documents AT-GRADE STATIONS The PE design depicts the station design concepts, layouts, and general requirements for Package A based on the Reston Town Center station. These concepts are to be applied to all other at-grade stations, and where necessary, modified to meet specific site conditions, location-based functionalities identified in the Project Technical Requirements, and the Contractor s design. In addition, the following requirements shall apply to the design and construction of the Package A at-grade stations: Interior and Exterior Materials and Finishes. Station elements consist of architectural design features that are consistent at all at-grade stations, as indicated in the systemwide (N00- series) station drawings. The Contractor shall incorporate these features in the design of each at-grade station, adapting the systemwide elements and adjusting quantities as required to the specific configuration of specific locations and applications. The Contractor shall maintain consistency of materials, colors, performance requirements and workmanship of station elements at all stations as defined in the Project Technical Requirements. The Contractor shall not change materials, finishes or product specifications without the approval of the Airports Authority. Structural. The Contractor is required to evaluate all loading conditions for the stations as defined in the Project Technical Requirements, and shall adapt and consider the results of the Phase 1 wind tunnel tests. Mezzanine Roof Vault. The vault design shall retain the character-defining elements of the original architectural design concept for the vault, which include the diagrid configuration, vaulted ceiling, expressed major diagonals and subordinate minor diagonals, skylights, stainless steel woven mesh panels, steel branch member supports, and pre-formed zinc roofing system expressing the diagrid design as shown in the PE design. The proposed roof system design shall meet the performance requirements (e.g., water tightness, durability, and maintainability) specified in the Project Technical Requirements and must include the following features: A vault/roof design that incorporates internal roof gutters and downspout drainage system that travels down to and below trackway level and discharges into the trackway under drain system below the trackbed; Final RFP Statement of Work 79 March 15, 2013

88 A vault/ceiling design that accommodates closed circuit television (CCTV) cameras, public address speakers, lighting fixtures and signage maintaining all required minimum clearances and unobstructed views. Pre-formed metal roofing, snow guards, fall protection, stainless steel woven mesh panels, perforated metal ceiling panels and skylights as shown in the PE design, in a modular diagrid configuration. Platform Canopy. Platform canopies are shown in the PE design at all stations. Subsequent to the completion of PE, these canopies have been deleted from the project scope. However, the Contractor shall design and construct structural elements required to accommodate the future installation of the canopies shown in the PE design for platform weather protection at each at-grade station. Pedestrian Bridges. The station pedestrian bridges provide passenger access from the entrance pavilions to the station. Required features include: The general configuration (elevation and cross section), finishes, dimensions, and aesthetic elements shown in the PE design; VDOT minimum clearance requirements of 17-6 above roadways and busways; 16 foot minimum clear walkway between handrails; Horizontal walking slopes that do not exceed ADA or WMATA requirements. Longitudinal slopes greater than 4 percent require approval; A design that accommodates future pedestrian bridge connections (by others) at designated locations. Where future bridges to adjacent developments are indicated in the PE design, they shall include a 10-foot wide by 10-foot high (minimum clear) removable knock-out panel and other accommodations to facilitate the future pedestrian bridge connection. Future bridge segments shall be assumed to be supported independently of the pavilion structure; Utility chases, CCTV cameras, public address speakers, lighting fixtures and signage maintaining all required minimum clearances and unobstructed views; Provision for future maintenance or replacement of bearings supporting the pedestrian bridges; Design of the structures, including superstructure, bearings, substructure and foundations, shall be designed in accordance with AASHTO LRFD Bridge Design Specifications. Fall protection anchorages as indicated in the PE design; Provision for maintenance access to the roof of the bridge; A modular structure as indicated on the structural drawings; Final RFP Statement of Work 80 March 15, 2013

89 Finishes including mesh, glazing and railings; Branches at nodes where bridge changes plan direction; Gates (similar to gates at provided at entrance pavilions) where these bridges connect directly to a parking garage, and emergency phone on the WMATA side; Expansion joint provisions in the design and details; Pedestrian bridge protection in accordance with Article of the AASHTO LRFD Bridge Design Specifications; and Roofing, gutters, and downspout details that are watertight and easy to maintain. Bridges shall not drain to private property. Entrance Pavilions. The station entrance pavilions provide passenger access from the neighborhood streets or bus bays to the station. The pavilions typically include two escalators, two elevators and a single stair. Required features include: General configuration and aesthetic elements shown in the station and system-wide drawings using materials, finishes, configuration and dimensions; Adaptation to the site specific conditions and grades; Number of elevators, escalators and stairs shown in the PE design; Minimum site clearances from curb lines as required by the Project Technical Requirements and WMATA Station Site & Access Planning Manual; Perpendicular alignment to the first node between the upper pavilion lobby and the centerline of the pedestrian bridge; A design that accommodates future pedestrian bridge connections (by others) at designated locations. Where future bridges to adjacent developments are indicated in the PE design, they shall include a 10-foot wide by 10-foot high (minimum) removable section of curtain wall at the upper level of the pavilion, and other accommodations to facilitate the future bridge entryway. The future bridge segments shall be assumed to be supported independently of the pavilion structure; A canopy/roof design that conforms to the PE design and incorporates internal roof gutters and downspout drainage system that discharges to grade or a closed system per the Contractor s civil design; A roof/ceiling design that incorporates all required CCTV cameras, public address speakers, lighting fixtures and signage, while maintaining all required minimum clearances and unobstructed views; All necessary utility connections including water, sanitary sewer, electric and systemwide communications; Final RFP Statement of Work 81 March 15, 2013

90 Emergency phone at the lower elevator landing; and Interlock to prevent escalator operation if lower gates are not fully open. Herndon South Entrance Pavilion. The south entrance pavilion for the Herndon station, located on the north side of the existing Fairfax County parking garage, is a modification of the typical entrance pavilion in order to accommodate multiple pedestrian bridges connecting at the upper lobby level. The Contractor shall be responsible for constructing the pedestrian bridge and stair tower connecting to the existing garage as shown in the PE design. Provisions for the future pedestrian bridge connection shown as part of Package C are required and shall have a 16-foot wide minimum clear opening. Innovation Center Station North Entrance Pavilion. The entrance pavilion at Innovation Center Station North eliminates the elevators, escalators and stair and is therefore unique. This pavilion connects directly to the pedestrian bridge at the ground level and includes a pair of swing gates at the entrance to the pedestrian bridge. No provision for a future pedestrian bridge connection is required. An emergency phone on the bridge side of the entrance gate shall be provided Windscreens. The Contractor shall design, furnish, and install windscreens to provide weather protection on station sites and platforms as shown in the PE design. Architectural Station Lighting. The Contractor shall develop a complete lighting design for the at-grade stations based on the fixture types, general locations, and minimum performance criteria specified in the Project Technical Requirements. The lighting design within station areas shall meet the foot-candle requirement of applicable codes and WMATA criteria. Reston Town Center Station has been used as a basis of lighting design for all at-grade stations. The requirements indicated on these drawings shall be adapted and completed for all stations. Where modifications are required, the Contractor shall provide a logical, orderly, and coherent arrangement of the light fixtures. The N00-A-9XX series drawings show light fixture type features, attachment concept, and general configuration for lighting fixtures in the at-grade stations. These drawings establish minimum criteria for performance requirements, materials and quality. The Contractor shall develop complete site-specific lighting designs utilizing the fixture types and locations shown. The lighting design shall include ancillary areas of the station. The Contractor shall provide the number of fixtures required by the code or design criteria, whichever is greater. All fixture attachment, electrical supply and coordination with other project elements are the responsibility of the Contractor. The Contractor shall provide UL listed fixtures in all applications, including the platform edge light, which is to be based on the WMATA standard LED lamp. Signage and Graphics. The N00-A-8XX series drawings show signage and graphics for a typical at-grade station and site. These drawings show sign type features, graphic layout and general location. The Reston Town Center Station and site have been used as a basis of design for all at-grade stations. The requirements indicated on these drawings shall be adapted and Final RFP Statement of Work 82 March 15, 2013

91 completed for all stations. The requirements indicated on these drawings including sign size and text dimensions and shall be adapted by the Contractor as required to meet site-specific conditions, WMATA criteria and manuals, and/or other applicable requirements. These drawings also provide conceptual design direction for the mounting of major station signage. The signage information contained in the Project Technical Requirements provides prototypical signage (station identification, directional and informational signs) for all areas and levels of atgrade stations and is not inclusive of all signage (such as room signs and trackway signage past the ends of the passenger platform) that is required for Package A. The Contractor should refer to the WMATA Signage Standard Manual for complete signage and graphic requirements. The PE sign type drawings indicate sign type, size, vertical and horizontal location dimensions, materials, color and text to be incorporated into the Contractor s sign design. All signage attachment, electrical supply and coordination with other Package A elements are the responsibility of the Contractor. Signage on fire-rated doors is to be painted. Ancillary Facilities. Various non-public station service areas are located at the ends of the platform and on the mezzanine level. The Contractor shall design and construct these rooms and/or facilities in accordance with the WMATA standards size, location, and relative arrangement. The exterior elevations shall be retained and adapted with respect to the dimensions, materials, and finishes shown in the PE design. The Contractor shall coordinate the location and size of required louvers and openings exposed to public view in an orderly fashion and to conform to the brick banding. At the Route 772 station, the Contractor shall revisit the Ancillary Room arrangement as the east end of the station to provide a more coherent massing that is consistent with the designs provided in Phase 1. Station Barrier Wall. The height of the barrier wall along the DIAAH or Dulles Greenway shall be a minimum of 9-0 above the grade and shall be a minimum of 6-0 above the platform elevation, whichever is greater, for the full length of the station platform. The top of the wall shall maintain a straight and level elevation and shall be continuous for at least two column bays before stepping up or down as it transitions to a new elevation DULLES AIRPORT STATION The Dulles Airport station configuration and design in Package A is unique. It is an aerial station with a below-grade mezzanine that provides a direct connection with the existing pedestrian tunnel between the Daily 1 parking garage and the Main Terminal building. Several design and functional elements differ from the typical Package A at-grade stations. The Airport Segment lies within the Dulles Airport Historic District, which has been determined eligible for the National Register of Historic Places. The visual characteristics of the Package A elements within the district have been carefully considered to ensure that the historic character is not adversely affected. The Contractor will be required to maintain the visual character of the contributing Package A elements including but not limited to: Exterior glazing materials, dimensional modules, and mounting details; Final RFP Statement of Work 83 March 15, 2013

92 Exposed structural steel configuration and connection details; Main roof canopy profile and materials; Handrail and parapet details in public areas; Concrete finishes in public areas; Profile and proportions of guideway support columns and bents at pier locations 0 through 50, inclusive; Concrete guideway profile and proportions; and Floor finishes at the interface with the Dulles Airport pedestrian tunnel. The PE design depicts the station design requirements for Dulles Airport station. In addition, the following requirements shall apply to the design and construction of this station: Materials and Finishes. The Contractor shall comply with the materials and finishes identified for the Dulles Airport station. Platform Canopy. The Dulles Airport station platform canopy consists of painted steel columns, interior framing and bracing, skylights, and acoustical metal decking. The design shall match the general configuration, materials, dimensions and aesthetic elements shown in the PE design and must include the following features: Use of tapered steel built-up columns with welded connections in lieu of bolted connections is preferred A canopy/roof design that incorporates internal roof gutters and downspouts discharging on to the track girders or drainage system below. Lighting, integrated public address system, CCTV system, PIDS signage, and intercom system Structural. The Contractor shall meet all structural requirements for the Dulles Airport station. A scale model wind tunnel test of the airport station canopy and windscreen system shall be conducted prior to completion of the Contractor s design. The Contractor will be required to modify the design as necessary according to the wind tunnel test results, without affecting the profile of the affected elements. The Contractor is also required to evaluate all loading conditions for the platform canopy, including snow accumulations. The final structural design for Dulles Airport Station shall provide a guideway substructure and platform superstructure capable of supporting a future extension of the canopy to the full 600-foot length of the passenger platform. Escalator Support. The Contractor shall design and construct the structural support(s) for the Airport Station escalator based on the design concept shown in Figure 8 rather than the external truss depicted in the PE design. Final RFP Statement of Work 84 March 15, 2013

93 Figure 8. Airport Station Escalator Support Design Concept This design concept incorporates an intermediate transverse beam suspended by cables from the platform superstructure above and from piers on the mezzanine floor below. Escalator supports shall be provided at intervals within the maximum spacing allowed by WMATA criteria, and as required by the escalator manufacturer. Placement of any structures on the mezzanine floor shall not interfere with passenger movements through the fare gates or block views of the fare gate array from the Station Manager kiosk. All structural steel connections exposed to public view shall be shop welded or field welded. Visible welds shall be smooth, uniform, and free of spatter, and shall be wire-brushed and retouched as necessary to provide an architectural finish. All welded connections shall be prequalified welded connections. Bolted field connections shall be AISC standard bolted connections using ¾-inch diameter high strength bolts conforming to ASTM A325. Windscreens. The Contractor shall design, furnish and install windscreens at the Dulles Airport station as shown in the PE design. Windscreens that are under the platform canopy do not require roofs. Architectural Lighting. In addition to maintaining commonality with the systemwide elements of the lighting for the at-grade stations, the Contractor shall develop a complete lighting design for the Dulles Airport station based on the fixture types, general locations, and minimum performance criteria specified in the Project Technical Requirements. The lighting design within station areas shall meet the foot-candle requirement of applicable codes and WMATA criteria. The N00-NGA-9XX series drawings show light fixture type features, attachment concept, and general configuration for lighting fixtures in the Dulles Airport Station. These drawings establish minimum criteria for performance requirements, materials and quality. Final RFP Statement of Work 85 March 15, 2013

94 The Contractor shall develop complete site-specific lighting designs utilizing the fixture types and locations shown. The lighting design shall include ancillary areas of the station as well as reconstructed or expanded areas of the airport pedestrian tunnel and the Daily 1 (North) Garage. The design within airport areas shall meet the foot-candle requirements of the applicable codes, and the design criteria of the Airports Authority Design Manual. The Contractor shall provide the number of fixtures required by the codes or design criteria, whichever is greater. All fixture attachment, electrical supply and coordination with other project elements are the responsibility of the Contractor. Signage and Graphics. The N00-NGA-8XX series PE plans depict signage and graphics for the Dulles Airport Station. These drawings show sign type features, graphic layout and general location. The requirements indicated on these drawings including sign size and text dimensions and shall be adapted and completed by the Contractor as required to meet site-specific conditions, WMATA criteria and manuals, and/or other applicable requirements. Certain of the N10-NGA-3XX and N10-NGA-4 PE plans also provide conceptual designs for the mounting of major station signage. The signage information contained in the Project Technical Requirements provides prototypical signage (station identification, directional and informational signs) for all areas and levels of atgrade stations and is not inclusive of all signage (such as room signs and trackway signage past the ends of the passenger platform) that is required for Package A. The Contractor should refer to the WMATA Signage Standard Manual for complete signage and graphic requirements. Signage on fire-rated doors shall be painted. The PE sign type drawings indicate sign type, size, vertical and horizontal location dimensions, materials, color and text to be incorporated into the Contractor s sign design. All signage attachment, electrical supply and coordination with other Package A elements are the responsibility of the Contractor. Signs shall not be attached to the underside of the platform canopy of the Dulles Airport Station or to the windscreens outboard of the track, except for station name signs that are to be supported on bracket arms attached to the sloping windscreen columns. Platform signage shall be attached to the canopy columns, to the elevator hoistway enclosures on the platform, to the platform shelters, or to the light poles on the platform. Where unavoidable, platform signage may be pole-mounted. The Contractor shall identify and reserve locations for interpretive signage or panels on the Airport s historic design features in accordance with the Section 106 Memorandum of Agreement (MOA) requirements. Fabrication and installation of this signage or panels will be by others. Existing pedestrian way-finding signage in the Saarinen Terminal and the North Garage will require modification to incorporate the Airport Station as a destination. The Contractor shall provide complete design services for modifications to such signage outside the airport station limits. Fabrication and installation of this signage will be by others. The Contractor shall design, furnish, and install signage as required at the station mezzanine level interface with the Dulles Airport pedestrian tunnel. Final RFP Statement of Work 86 March 15, 2013

95 Ancillary Facilities. Various non-public station service areas are located at the ends of the platform and on the mezzanine level. The Contractor shall design and construct these rooms and/or facilities to match the general configuration, dimensions, materials, and finishes in the PE design. Maintenance of Existing North Garage and Pedestrian Tunnel Systems. All existing facilities and systems, including life safety exits, shall be maintained during construction and restored upon completion. Bus and pedestrian access to the North Garage shall be maintained during construction. The existing pedestrian tunnel between the North Garage and the Main Terminal may be closed to public usage for a total period of up to one year (12 calendar months) during construction. During this closure the Contractor shall ensure and maintain continued operation of the tunnel s HVAC, plumbing, drainage, fire protection, electrical power, communications, and security systems. The Contractor shall also provide and maintain temporary power feeds from the main electrical room or other source, provide a temporary makeup air source for the smoke removal system and provide a temporary backup water source for the fire protection system to replace the existing ones at the parking deck that will be severed during construction. Contractor closures of the pedestrian tunnel during the holiday season (November 15 to January 15) are to be avoided if possible. Waterproofing. Extensive areas of the Dulles Airport Station are below grade. The Contractor shall be responsible for ensuring the watertightness of the below-grade structure of the station as well as of the reconstructed portions of the existing airport pedestrian tunnel and North Garage. The below-grade structure includes invert slabs, exterior walls, piers and roof slabs. The waterproofing details included in the PE design are intended only to: Demonstrate an acceptable general approach to the waterproofing system that is to be provided; Establish the minimum level of quality of the system. The Contractor shall be responsible for the full development of comprehensive system details and ultimately of the performance of the details and the overall waterproofing system. Areas where special attention must be given in detailing to ensure watertightness include but are not limited to: Penetrations of the station invert slab by the piers supporting the aerial guideway; Structural and waterproofing interface between the new structure and the existing airport pedestrian tunnel; Structural and waterproofing interface between the new structure and the existing airport North Garage. Traction elevator machine rooms and interface with the mezzanine floor slab and finishes. In developing waterproofing details for the interface between new and existing construction, the Contractor shall be responsible for verifying all existing conditions. Final RFP Statement of Work 87 March 15, 2013

96 The Contractor shall ensure that tubes and pipes are installed for future remedial grouting and are left clear and clean for use by others after the Contractor s completion of Package A and after performance of any remedial work by the Contractor during the warranty period. Security Gate Dimensions. The PE design shows an overhead coiling security grille at the east side of the fare gates at the mezzanine level of the Dulles Airport Station. The grille is shown as spanning the entire width (approximately 48 feet) of the mezzanine. The Contractor s design may require single or multiple grilles within the total width to provide a functional solution that meets applicable code and pedestrian circulation requirements. Construction Staging and Shuttle Bus Operations. The staging and work area for construction of the Dulles Airport station shall be consistent with the Alternative A2 concept presented in the PE design (see Sheets N-10-NGA-MOT-007 and N-10-NGA-MOT-008). During designated peak periods, three full travel lanes on Saarinen Circle and the auxiliary lane used for re-circulation of traffic between the Hourly Parking Lot and the Main Terminal must be maintained. During off-peak periods, two full travel lanes on Saarinen Circle and the auxiliary lane used for re-circulation of traffic between the Hourly Parking Lot and the Main Terminal must be maintained. In both instances, the Contractor shall maintain access to all Airport facilities. Exceptions to this requirement may be provided on a case-by-case basis. This approach maintains the existing bus roadway and shuttle bus operation during station construction. Shuttle buses would share the roadway with construction vehicles for short distances. The roadway and passenger platforms would be slightly realigned to accommodate the temporary operation. The shuttle buses will be provided, maintained and operated by the Airports Authority; the Contractor is responsible for the costs associated with the additional shuttle bus service for the period when the pedestrian tunnel is closed. Acoustical Treatments. The PE design depicts acoustical treatments on surfaces underneath the platform edge. Where required, this treatment would consist of acoustic metal panels and sound absorbing batting that does not encroach into the refuge area. Additional mitigation may be required to ensure the audibility of the public address system in the presence of noise generated by trains moving through the station. The Contractor shall perform an acoustical analysis to determine the exact number and spacing of speakers needed in order to satisfy WMATA requirements for audibility of announcements under various conditions. The Contractor shall also coordinate the final locations of speakers and ensure compatibility with the station architectural design by centering speakers between wall joints or on columns. Airport Flight Information Displays. The Contractor shall provide structural support, mounting locations, and necessary electrical/communications conduit to the display mounting location for the Dulles Airport Flight Information Display System (FIDS) in the area where the Dulles Airport station intersects with the existing pedestrian tunnel. Installation of the FIDS units, wiring, and connections with conduits outside the limits of Package A will be done by others. Final RFP Statement of Work 88 March 15, 2013

97 STATION ELECTRICAL The electrical systems for each station in Package A include, but are not limited to the following elements: Electrical power systems, including all ancillary rooms, equipment, support areas and offices; Emergency power systems; and Lighting system for all station areas, including site and emergency lighting. The PE design depicts the electrical system concepts and requirements for Package A. For atgrade stations, the general arrangements, equipment layouts, schematics, and riser diagrams depicted are based on the Reston Town Center station. These requirements and configurations are to be applied to all other at-grade stations, and where necessary, modified to meet specific site conditions and the Contractor s design. Separate requirements will apply to the Dulles Airport station, as specified in the Project Technical Requirements. In addition to these electrical systems, the Package A Contractor shall provide all facilities and equipment necessary for the installation and operation of equipment or materials to be provided by WMATA, such as: fare collection equipment, signage and maps. Each fare gate shall have a 15-amp emergency power to ensure gates can open during a loss of power. The overall scope of work consists of designing, furnishing, installing and testing the technical systems specified herein and all other associated systems required for fully functioning, code compliant facilities. The electrical equipment and systems shall be designed, furnished, installed and constructed with particular details and features necessary for suitable operation in the intended environment. The stations may contain environments with adverse conditions such as humidity, temperatures, potentially explosive atmospheres, severe weather, and corrosive atmospheres. The equipment shall be selected, purchased and installed with the full consideration of the intended environments. Equipment and systems shall be industrial grade. Any electrical equipment installed shall be properly spaced to meet applicable codes and maintain necessary clearances for safe and efficient maintenance. The Contractor shall submit engineering design calculations which include voltage drop, circuit loadings, and complete lighting calculations. The Contractor shall also perform a load flow/short circuit/coordination study to determine major feeder sizes, required interrupting duty of the electrical equipment, and further, to assure proper coordination of protection devices. In addition, the Contractor shall perform an arc-flash hazard evaluation study to determine the degree of hazard that exists and take appropriate steps to mitigate it. These calculations shall demonstrate the ability of the systems and components to meet the design criteria, codes, regulations and standards specified herein. The construction and installation of the electrical and lighting systems shall be coordinated with other construction works as necessary such that the design performance and assumptions are not compromised, impacted or degraded due to the final as constructed conditions and that the electrical and lighting systems function as intended STATION MECHANICAL Final RFP Statement of Work 89 March 15, 2013

98 The mechanical systems for each station in Package A include, but are not limited to the following elements: HVAC systems for ancillary rooms, support areas and offices within stations, including the conditioning of the mezzanine area within the Dulles Airport station; Plumbing, sanitary, storm and roof drainage systems, including service piping systems; Sprinkler, standpipe, portable fire extinguishers, and mist-type fire protection systems; and Elevators and escalators. All elevator and escalators shall be suitable for transit use in accordance with the Project Technical Requirements and incorporate the latest American Public Transportation Association recommendations. Traction passenger elevators with machine rooms shall be installed at the Dulles Airport station. All mechanical equipment shall be industrial grade, and be designed, furnished, installed and constructed with features necessary for suitable operation in a transit station environment. This environment includes potential adverse conditions such as humidity, temperatures, potentially corrosive or explosive atmospheres, and severe weather. Any mechanical equipment installed shall be properly spaced to meet applicable codes and maintain necessary clearances for safe maintenance. The PE design depicts the mechanical system concepts and requirements for Package A. For at-grade stations, the general arrangements, equipment layouts, schematics, and riser diagrams depicted are based on the Reston Town Center station. These requirements and configurations are to be applied to all other at-grade stations, and where necessary, modified to meet specific site conditions and the Contractor s design. Separate requirements will apply to the Dulles Airport station, as specified in the Project Technical Requirements. The Contractor shall prepare design calculations, for systems and mechanical components including drainage, domestic water supply, fire suppression, HVAC and compliance with the IEC. These calculations shall demonstrate the ability of the systems and components to meet applicable criteria, codes, and standards. Final RFP Statement of Work 90 March 15, 2013

99 3.2 STATION SITES AND WAYSIDE FACILITIES SUMMARY OF CONTRACT REQUIREMENTS The Contractor shall design, furnish and construct all site improvements necessary to deliver a complete, safe, and operational rail line for Package A, including those necessary for access, circulation, use, and maintenance of each station entrance site (exclusive of the entry pavilions, pedestrian bridges, and station structures) and for each wayside (e.g., traction power substation, tie-breaker stations, and stormwater management) facility in accordance with the Project Technical Requirements and applicable criteria, codes, and standards. The Contractor is responsible for coordinating and integrating the station site and wayside facility design and construction with all other disciplines to ensure a fully integrated Package A. It is important that the areas surrounding the stations and wayside facilities be perceived as safe and secure to enhance the comfort of patrons and employees. To that end, the Contractor shall consider and apply as appropriate, design strategies that use natural surveillance and access control to limit the opportunity for crime, based on Crime Prevention through Environmental Design (CPTED) principles and guidelines. The Contractor s design shall follow the guidelines for safety and security as documented in the WMATA Station Site and Access Planning Manual ADDITIONAL STATION SITES AND WAYSIDE FACILITIES REQUIREMENTS The Contractor shall also comply with the following requirements when designing and constructing the station sites and wayside facilities in Package A: STATION SITES The design and construction of all station site infrastructure shall be in accordance with WMATA standards and requirements. The overall design shall include pavement design, grading and paving, pavement marking, signing, curb and gutters, traffic signals, site lighting, and landscaping. The Contractor shall demonstrate that the design of all conditions at station sites including bus access and movements, kiss and ride facilities and access roads meet the applicable requirements for vehicle maneuvering. At Reston Town Center Station, fire access to the north side station site will be from Sunset Hills Road, so an 18 fire lane within the site is not designated. The Contractor is responsible for determining way finding signage requirements per WMATA criteria and incorporating these requirements and the design and installation of necessary way finding signage. The Contractor shall be responsible for modifying the roadway, bus bay, and sidewalks at the Wiehle Reston East station south pavilion to eliminate the busrelated facilities, as indicated in the PE design. Pedestrian access to the south pavilion from Wiehle Avenue shall be maintained. Final RFP Statement of Work 91 March 15, 2013

100 The Contractor shall design, furnish, and install windscreens to provide weather protection for patrons waiting at bus bays, kiss-ride, pick-up/drop-off and taxi areas in accordance with the Project Technical Requirements. Coordination with adjacent land developers at the Reston Town Center, Herndon, Innovation Center, and the Route 772 station sites is ongoing and will continue as the designs progress. The local jurisdictions are responsible for identifying and requesting any scope changes related to these facilities. The Contractor is not responsible for changes to the requirements for these facilities unless specifically authorized by the Airports Authority. The Contractor shall furnish and install security fencing at each station site in accordance with WMATA requirements. All chain link fence shall be black vinyl WAYSIDE FACILITY SITES The Contractor shall design and install screen walls to enclose the modular buildings used to house various traction power, train control, and communications equipment in accordance with applicable design criteria and local requirements, including Fairfax County or Loudoun County zoning requirements for the size of these facilities and the approved 2232 requirements. Typical designs for these enclosures are shown in the PE design. Such facilities shall utilize materials and finishes consistent with the design used for Phase 1 (except for those located at Dulles Airport) and adapted as necessary to specific site conditions and grades in order to maintain the minimum wall heights above the modular buildings. The design of enclosures at Dulles Airport must be consistent with the Airports Authority s design criteria for ancillary buildings. The Contractor shall furnish and install security fencing at wayside facility site in accordance with WMATA or facility owner requirements. Chain link fence shall be black vinyl. The Contactor shall be aware of the possibility of buried concrete traffic barriers within the southwest exit ramp loop from southbound Route 28 to eastbound DTR. The removal of these barriers shall be coordinated with the construction activities for TPSS 15. The location and site plan for TPSS #17 may need to be modified to accommodate future Dulles Airport roadways and comply with the Airports Authority Design Manual. The Contractor shall confirm these requirements prior and modify the facility design as necessary to obtain Airports Authority approval. In the vicinity of TPSS #17, an access gate shall be furnished and installed within the Airport perimeter fence to provide permanent access for both WMATA and MWAA personnel to the perimeter road and the area under the yard lead aerial guideway. At the Route 606 station site, modify the design of SWM Facility 2-10 and the shortterm parking lot so that the required Permanent Surface Easement for WMATA in the Final RFP Statement of Work 92 March 15, 2013

101 area of the SWM pond and the parking lot does not encroach on the TRIP II easement. The number of short-term parking spaces may be reduced if needed to meet this objective PARKING GARAGE SITES The Contractor shall make provisions for the construction of parking garages that are shown in the PE design. The garages and the pedestrian bridge connections to those garages from the entry pavilions will be designed and constructed by others. All other station equipment and facilities, including entry pavilions, modifications to the existing garage at Herndon Station, and pedestrian bridges other than those connecting to the new garages, shall be part of the Package A scope as shown in the Contract Package Interface Plans (see Appendix 6). Final RFP Statement of Work 93 March 15, 2013

102 3.3 LANDSCAPING SUMMARY OF CONTRACT REQUIREMENTS The Contractor shall design, select, and install all landscaping required for Package A. Areas to be landscaped are shown on the PE plans for station facilities and wayside facilities (stormwater management facilities, traction power substations, and tiebreaker stations). Maintenance responsibilities and requirements shall be considered in completing the final landscape designs, selection of materials, and installation methods. The Contractor is responsible for coordinating and integrating the landscaping design, construction and installation with all other disciplines to ensure a fully integrated Package A. The Contractor shall provide landscaping at these locations in accordance with commitments in the Project s Record of Decision, WMATA criteria, Special Exception conditions, and other applicable requirements. For station facilities within Fairfax County, the landscaping provided shall be consistent with the Fairfax County Zoning Ordinance and Public Facilities Manual or with the Town of Herndon Zoning Ordinance (as applicable). For station facilities within Loudoun County, the landscaping provided shall be consistent with the Loudoun County Zoning and Facilities Standards Manual. For wayside facilities within Fairfax County, the landscaping provided shall be consistent with the commitments within the approved Section application for systemwide facilities ADDITIONAL LANDSCAPING REQUIREMENTS The Contractor shall also comply with the following requirements when designing and installing the landscaping required for Package A: New or replacement landscaping shall not interfere with fans, vents or openings of any adjacent structures or allow the accumulation of leaves in any building openings. It shall not obstruct the line of sight of Closed Circuit Television (CCTV) cameras. Landscaping shall also not interfere with utility easements Plantings at station sites shall be selected from the WMATA preferred species list with special consideration for the primary objective of supplying hardy, native, and lowmaintenance plantings. The Contractor s removal of the Phase 1 bus facilities at the Wiehle Reston East station south side entrance and restoration of roadways shall provide landscaping consistent with VDOT requirements. A portion of Package A lies within the Dulles Airport Historic District, which has been determined eligible for the National Register of Historic Places. The visual characteristics of Package A elements within the district have been carefully considered to ensure that the historic character of the facility is not adversely affected. Within Dulles Airport, the Contractor shall be responsible for selection and installation of replacement landscaping in accordance with the Dulles Airport Landscape Master Plan (2007). The Package A Contractor is not responsible for the restoration of historic landscaping required by the executed Section 106 Memorandum of Agreement, and Final RFP Statement of Work 94 March 15, 2013

103 further detailed in the approved Historic Resources Treatment Plan. This work will be done under a separate contract with the Airports Authority. Additional landscaping requirements on Dulles Airport property include: Due to the proximity of the airfield to the station site, landscape plant materials shall be selected that are not known and/or recognized bird attractants. The Contractor shall select plant materials that are not known and/or recognized Japanese Beetle attractants. There will be several bio-retention basins constructed along the alignment within Dulles Airport. The landscape plantings for these basin areas will be limited to live vegetative plugs. The Contractor shall temporarily relocate the Nellie R. Stevens holly trees currently located in the median between Saarinen Circle and the North Parking Garage to an on-airport location (to be designated and provided by the Airports Authority), maintain them at that location, then replant them in their final locations near the rental car facilities along Autopilot Drive (or as otherwise directed by the Airports Authority). The same requirements shall be applied to any cedar trees displaced by the Package A construction. The Contractor shall remove the existing irrigation system components between the North Garage Bus Driveway and Saarinen Circle. In addition, the Contractor shall redesign and furnish all materials and labor to reconstruct the irrigation system components to continue the operation of the existing irrigation system in the Hourly Parking Lot. The new irrigation system work shall be designed by a certified Irrigation Designer and shall comply with all applicable Irrigation Association industry standards; and all components of the new irrigation system shall be compatible with, and equal to or better than, the existing irrigation system. The Contractor shall be required to replace any irrigation system that is disturbed during construction. Final RFP Statement of Work 95 March 15, 2013

104 4 RAIL SYSTEMS 4.1 POWER DISTRIBUTION SYSTEM SUMMARY OF CONTRACT REQUIREMENTS The Contractor shall design, furnish, install and test all systems, equipment, and facilities necessary to deliver a complete, safe and operational Medium Voltage (MV) 34.5 kv power distribution system for Package A in accordance with the Project Technical Requirements and applicable criteria, codes, and standards. The Contractor shall also design, interface, schedule and obtain necessary utility power connections for all 34.5kV utility power requirements and shall provide a means to deliver power to the substations the fixed facilities in Package A. The Contractor shall comply with all relevant utility requirements and regulations including: predicted loads, equipment ratings and insulation levels, surge and lightning protection requirements, short circuit levels, grounding, switching, cables and cable routes, ductbanks and manholes, access and isolation requirements. The Contractor is responsible for coordinating and integrating the power distribution system design, installation and testing with all other disciplines to ensure a fully integrated Package A. Dominion Virginia Power (DVP), the electrical utility company, is responsible for supplying and installing all required equipment necessary to provide 34.5 kv power for Phase 2 of the Project (including Packages A and B) in accordance with its requirements and equipment specifications. DVP scope shall include the provision, installation, and commissioning of: Equipment at the DVP substation. Power metering equipment. Cables, splices, and attachment hardware for the 34.5 kv connection of the DVP sub-station to the meter. The Contractor shall coordinate with DVP for the four 34.5kV power feeds required to provide power to the traction power system and related fixed facilities. DVP has advised that the 34.5kV power will be available from three supply substations at Sunset Hills Road, Dulles Airport, and Shellhorn Road as shown on the 34.5kV system single line diagram in the PE design. The interface point for the Phase kV distribution system and the utility company power source shall be the metering cabinet installed by the utility company for each 34.5kV feeder. The Contractor shall coordinate with the Airports Authority, WMATA and DVP to finalize the 34.5 kv distribution configuration and the routing of ductbanks to the DVP metering points adjacent to or near each substation. The approximate locations of the ductbanks and metering points at the DVP Dulles Airport and Shellhorn Road substations are shown in Figures 9 and 10. Each 34.5kV load shall be fed by two (2) DVP three-phase 34.5kV feeders. One of the 34.5kV feeders shall be the primary feed and the second 34.5kV feeder shall be the alternate feed. In the event of failure of the primary feed, the load shall automatically switch over to the alternate feed. On restoration of the primary feed, the load shall switch back to the primary feed. The Contractor shall be responsible for the design, construction and installation of: Final RFP Statement of Work 96 March 15, 2013

105 The design and construction of separate ductbanks necessary for the 34.5 kv power feed and distribution system, including any support structures for routing over Horsepen Run, Indian Run, Broad Run and Horsepen Lake Dam. The 34.5 kv power distribution ductbanks and cables shall be located within existing or planned public rights-of-way, hidden from public view, and shall not be attached to the station pedestrian bridges or non-wmata structures. Placement of the ductbank inside box girder structures is not allowed. Access points and/or manholes for maintenance shall be provided in accordance with the applicable requirements, but shall not be placed within the limits of the at-grade trackway. In the vicinity of the Herndon and Innovation Center stations, the Contractor may consider continuation of the 34.5 kv ductbank along the WB DIAAH shoulder rather than along the EB DTR shoulder and ramps. The design utilizing the EB DTR shoulder shown in the PE design has not been accepted by VDOT. Three metering and switch pads where Dominion Virginia Power shall provide power feed sources to the Package A and related facilities. Detailed design information for the pads and the connecting conduits is available from DVP. The interface manhole where the 34.5 kv power distribution system shall connect to the duct bank feeding the Yard and Shop facility to be constructed as part of Package B. The design and installation of each MV switch pad that will be the interface point between the 34.5kV power distribution ductbank at each traction power substation and passenger station facility location in Package A. Detailed design information for the pads and the connecting conduits is available from DVP. In accordance with the Utility Self-Performance Payments provision in the Contract, the design, installation, and commissioning of 34.5 kv feed and distribution cables, splices, and switches. The provision, installation, and commissioning of the 34.5 kv connection between the switch and the MV switchgear at each connected facility ADDITIONAL POWER DISTRIBUTION SYSTEM REQUIREMENTS The Contractor shall also comply with the following requirements when designing and constructing the power distribution system for Package A: All cables intended for installation in the 34.5 kv power distribution system shall be manufactured to an acceptable standard with respect to flammability and smoke and fume emissions. The external insulating and protective sheaths of such cables shall be flame retardant, low smoke, zero halogen emitting material. Fire proofing protection shall be applied on all 34.5kV cables within manholes per DVP requirements. The MV switchgear installation clearances shall conform to DVP criteria. Final RFP Statement of Work 97 March 15, 2013

106 Provide calculations in support of the grounding system design. When permanent power has not been provided in the traction power substations and tie breaker stations, the Contractor shall provide the necessary temporary power for his work in accordance with General Conditions. The Contractor shall protect the equipment. In equipment such as switchgear and bus ducts in which there are internal space heaters, the space heaters shall be kept energized to avoid condensation. If permanent power for the space heaters is not available, the Contractor shall provide the necessary temporary power. The Contractor shall include all necessary operational and safety signage and equipment in accordance with WMATA, DVP and other applicable requirements and in accordance with these Project Technical Requirements. The Contractor shall coordinate with DVP and confirm the routing of the 34.5 kv ductbank from the three DVP substations prior to finalizing the interface manhole locations. The Contractor shall coordinate with VDOT and DVP to confirm the final configuration of the widened Route 606 and the relocated routing of the existing 34.5 kv duct bank adjacent to Route 606. Figure 9: Dulles Airport DVP Substation Location and Ductbank Final RFP Statement of Work 98 March 15, 2013

107 Figure 10: Shellhorn Road DVP Substation Location and Ductbank Final RFP Statement of Work 99 March 15, 2013