Solicitation: RFP No. 54-DO-12102014

Bidder/Offeror: ______

THIS PAGE IS TO BE FILLED OUT AND RETURNED WITH YOUR BID. FAILURE TO DO SO MAY SUBJECT YOUR BID TO REJECTION.

ATTENTION

Federal Employer Identification Number or alternate identification number (e.g., Social Security Number) is used for internal processing, including bid tabulation.

Enter ID number here: ______

Pursuant to N.C.G.S. 132-1.10(b) this identification number shall not be released to the public.

This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection.

1

STATE OF NORTH CAROLINA REQUEST FOR PROPOSALS RFP #54-DO-12102014

TITLE: F59PH Locomotive Mid-Life Rebuild

USING AGENCY: Department of Transportation / Rail Division

ISSUE DATE: December 31, 2014

ISSUING AGENCY: Department of Transportation / Purchasing Section

Sealed Proposals subject to the conditions made a part hereof will be received until 2:00 p.m., Friday, February 27, 2015 for furnishing services described herein.

SEND ALL PROPOSALS DIRECTLY TO THE ISSUING AGENCY ADDRESS AS SHOWN BELOW:

DELIVERED BY US POSTAL SERVICE DELIVERED BY ANY OTHER MEANS

BID NO. 54-DO-12102014 BID NO. 54-DO-12102014 Department of Transportation Department of Transportation Purchasing Section Purchasing Section P. O. Box 25201 1 South Wilmington Street Raleigh, NC 27611 Raleigh, NC 27601

IMPORTANT NOTE: Indicate Firm Name and RFP Number on the front of each sealed proposal envelope or package, along with the date for receipt of proposals specified above.

Bids submitted via telegraph, facsimile (FAX) machine, telephone, and electronic means, including but not limited to e- mail, in response to this Request for Proposals will not be acceptable. Direct all inquiries concerning this RFP to: Danny Oliver 919-707-2641 [email protected]

MANDANTORY INSPECTION OF LOCOMOTIVES 1871 & 1984

There will be a Mandatory Pre-Proposal Inspection of Locomotives 1871 and 1984 held on Monday, January 26 through Friday, January 30, 2015. The locomotives are currently located at the NCDOT Capital Maintenance Yard (Capital Yard) in Raleigh, NC, the address of which is 860 Capital Blvd., Raleigh NC 27603.

Each prospective bidder is allowed one scheduled inspection visit. Only bidders who have attended the mandatory pre- proposal inspection and signed the attendee pre-proposal sheet will be considered eligible to bid on this RFP.

To schedule a date and time for the mandatory pre-proposal inspection, prospective bidders must contact:

Danny Oliver NCDOT Purchasing Section E-mail: [email protected]

During the mandatory pre-proposal inspection, limited mechanical records will be made available.

Any and all questions concerning the scope of work for this Request for Proposal must be submitted in writing to Danny Oliver (above contact) by 5:00 p.m., Friday, February 6,2015. Please insert “Questions 54-DO-12102014” as the subject for the email. The State will prepare responses to all written questions submitted, and post an addendum to the Interactive Purchasing System (IPS) https://www.ips.state.nc.us/ips/. Oral answers are not binding on the State.

2 Vendor contact regarding this RFP with anyone other than Danny Oliver may be grounds for rejection of said Vendor’s offer.

It is the offeror’s responsibility to assure that any and all addenda that may be issued via the interactive purchasing system are reviewed, signed and returned complete by due date/time.

VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: VENDOR LINK NC ALLOWS VENDORS TO ELECTRONICALLY REGISTER FREE WITH THE STATE TO RECEIVE ELECTRONIC NOTIFICATION OF CURRENT PROCUREMENT OPPORTUNITIES FOR GOODS AND SERVICES AVAILABLE ON THE INTERACTIVE PURCHASING SYSTEM. ONLINE REGISTRATION AND OTHER PURCHASING INFORMATION ARE AVAILABLE ON OUR INTERNET WEB SITE: HTTP://PANDC.NC.GOV.

E-PROCUREMENT APPLICATION

ATTENTION: General information on the e-procurement service can be found at: http://eprocurement.nc.gov./

This is not an e-procurement solicitation. By signature offeror acknowledges acceptance of all terms and conditions, including those related to e-procurement.

Within two days after notification of award of a contract, the vendor must register in NC E-Procurement @ Your Service (http://vendor.ncgov.com).

DEBARMENT CERTIFICATION

The bidder certifies to the best of its knowledge and belief, that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency.

TABULATIONS

The Division has implemented an Interactive Purchasing System (IPS) that allows the public to retrieve bid tabulations electronically from our Internet web site: http://www.pandc.nc.gov/ . Click on the IPS BIDS icon, click on Search for Bid, enter the RFP number, and then search. Tabulations will normally be available at this web site not later than one working day after opening. Lengthy tabulations may not be available on the internet, and requests for these verbally or in writing cannot be honored.

E-VERIFY

As required by G.S. §143-48.5 (Session Law 2013-418), the Bidder certifies that it, and each of its subcontractors for any contract awarded as a result of this solicitation, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system.

Prohibited Communications: From the issuance date of this RFP through the date the contract is awarded, each offeror (including its subcontractors and/or suppliers) is prohibited from having any communications with any person inside or outside the using agency, issuing agency, other government agency office, or body (including the purchaser named above, department secretary, agency head, members of the general assembly and/or governor’s office), or private entity, and the communication discusses the content of offeror’s proposal or qualifications, the contents of another offeror’s proposal, another offeror’s qualifications or ability to perform the contract, and/or the transmittal of any other communication of information that has the effect of directly or indirectly influencing the evaluation of proposals and/or the award of the contract. Offerors not in compliance with this provision shall be disqualified from contract award, unless it is determined that the best interest of the state would not be served by the disqualification. An offeror’s proposal will be disqualified if its subcontractor and supplier engage in any of the foregoing communications during the time that the procurement is active (i.e., the issuance date of the procurement to the date of contract award). Only the discussions, communications or transmittals of information authorized by the issuing agency in this RFP or general inquiries to the purchaser regarding the status of the contract award are exempt from this provision.

3

THE SOLICITATION PROCESS

The following is a general description of the solicitation process used in this RFP.

1. Request for Proposals (RFP) is posted to the interactive purchasing system (IPS) for access by prospective contractors.

2. A Mandatory Pre-Proposal Inspection is scheduled. (See Page 2 of this RFP for details)

3. Each bidder shall provide proposals in the form of one original document and two copies of the original. These documents shall be provided in a sealed envelope or package. The original shall be signed and dated by the bidder’s authorized official. Vendor should also submit one (1) signed, executed electronic copy of its proposal on USB Flash Drive or read-only CD/DVD(s). The files should not be password-protected and should be capable of being copied to other media. Unsigned proposals will not be considered

4. All proposals must be received by the issuing agency not later than the date and time specified on the cover sheet of this RFP. Late documents will not be considered.

5. At that date and time the envelope or package containing the proposals from each responding firm will be opened publicly and the name of the bidder and cost(s) offered will be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a bidder’s pricing position.

6. The evaluators may request oral presentations or discussion with any or all bidders for the purpose of clarification or to amplify the materials presented in any part of the proposal. However, bidders are cautioned that the evaluators are not required to accommodate request for clarification presentations or discussions; therefore, all proposals should be complete and reflect the most favorable terms available from the bidder.

7. Proposals will be evaluated according to completeness, content, and experience with similar projects to demonstrate the ability of the offeror and its staff, and cost. Financial information, statements and/or documents submitted with a proposal shall be evaluated to determine: whether the offeror has sufficient resources to perform the contract; whether the offeror is able to meet its short term obligations, debts, liabilities, payroll, and expenses; whether the offeror has provided complete, reliable and accurate financial information regarding its business operation; whether the offeror is financially solvent; and whether the offeror has sufficient cash flow and/or available financing from a financial institution to perform the proposed contract for 60 days without receiving payment from the State. The evaluators will randomly select at least three of the offeror’s references, but the evaluators’ reserve the right to contact all the references listed, if information from the three references contacted warrant further inquiry. The failure of the offeror to list all similar contracts in the specified period may result in the rejection of the offeror’s proposal. The evaluators may check all public sources to determine whether the offeror has listed all contracts for similar work within the designated period. If the evaluators determine that references for other public contracts for similar contracts were not listed, the evaluators may contact the public entities to make inquiry into the offeror’s performance of those contracts and the information obtained may be considered in evaluating the offeror’s proposal.

Award of a contract to one offeror does not mean that the other proposals lacked merit, but that, all factors considered, the selected proposal was deemed most advantageous to the State.

8. Bidders are cautioned that this is a request for proposal, not a request to contract, and the State reserves the unqualified right to reject any and all offers when such rejection is deemed to be in the best interest of the State.

4 PROPOSAL REQUIREMENTS

The response to this RFP shall consist of the following sections:

Corporate Background and Experience Financial Statement Project Staffing and Organization Technical Approach Cost Proposal

1. Corporate Background and Experience

This section shall include background information on the organization and should give details of experience with similar projects. A list of references (including contact persons and telephone numbers) for whom similar work has been performed shall be included and the list shall include all similar contracts performed by the offeror in the past two, three, four, five (pick a reasonable period) years. The evaluators will randomly select at least three of these references, but the evaluators reserve the right to contact all the references listed, if information from the three references contacted warrant further inquiry. The failure to list all similar contracts in the specified period may result in the rejection of the offeror’s proposal. The evaluators may check all public sources to determine whether offeror has listed all contracts for similar work within the designated period. If the evaluators determine that references for other public contracts for similar contracts were not listed, the evaluators may contact the public entities to make inquiry into offeror’s performance of those contracts and the information obtained may be considered in evaluating offeror’s proposal.

2. Financial Statement

The offeror shall provide the following financial information:

• Recent audited or reviewed financial statements prepared by an independent certified public accountant (CPA) that shall include, at a minimum, a balance sheet, income statement (i.e., profit/loss statement) and cash flow statement and, if the audited or reviewed financial statements were prepared more than six (6) months prior to the issuance of this RFP, the offeror shall submit its most recent internal financial statements (balance sheet, income statement and cash flow statement or budget with entries reflecting revenues and expenditures from the date of the audited or reviewed financial statements to the end of the most recent financial reporting period (i.e., the quarter or month preceding the issuance date of this RFP));or

• Recent compiled financial statements prepared by an independent CPA that shall include, at a minimum, a balance sheet, income statement (i.e., profit/loss statement) and cash flow statement and, if the compiled financial statements were prepared more than three (3) months prior to the issuance of this RFP, the offeror shall submit its most recent internal financial statements (balance sheet, income statement and cash flow statement or budget with entries reflecting revenues and expenditures to date), and other evidence of financial stability such as most recently filed income tax return, evidence of a line of credit/loans/other type of financing with statement of amount in use/outstanding balance (e.g., a complete copy commitment letter, loan agreement, billing statement reflecting the line of credit or statement from lender acknowledging the commitment to fund the offeror’s stated financing), performance bond, personal guaranty with copies of personal income tax filing and statement of net worth or such other evidence that is accurate, reliable and trustworthy regarding the offeror’s financial stability.

Recent shall be defined as financial statements that were prepared within the 12 months preceding the issuance date of this RFP.

Consolidated financial statements of the offeror’s parent or related corporation/business entity shall not be considered, unless: (1) the offeror’s actual financial performance for the designated period is separately identified in and/or attached to the consolidated statements; (2) the parent or related corporation/business entity provides the State with a document wherein the parent or related corporation/business entity will be financially responsible for the offeror’s performance of the contract and the consolidated statement demonstrates the parent or related corporation’s/business entity’s financial ability to perform the contract, financial stability and/or such other financial considerations identified in the evaluation criteria; and/or (3) offeror provides its own internally prepared financial statements and such other evidence of its own financial stability identified above.

The offeror’s failure to provide any of the above-referenced financial statements or failure to submit all the requested financial statements may result in the rejection of the offeror’s proposal and rejection is more likely to occur if other offerors provide financial documentation in compliance with the foregoing provisions. Offerors are also encouraged to

5 explain any negative financial information in its financial statements and are encouraged to provide documentation supporting those explanations.

All financial information, statements and/or documents provided in response to this proposal requirement shall be kept confidential, IF THE OFFEROR COMPLIES WITH PARAGRAPH 13 OF THE GENERAL INFORMATION ON SUBMITTING PROPOSALS BY MARKING THE FINANCIAL INFORMATION, STATEMENTS AND/OR DOCUMENTS CONFIDENTIAL.

3. Project Organization

This section must include the proposed staffing, deployment and organization of personnel to be assigned to this project.

The offeror shall provide information as to the qualifications and experience of all executive, managerial, legal, and professional personnel to be assigned to this project, including resumes citing experience with similar projects and the responsibilities to be assigned to each person.

4. Technical Approach

This section shall include, in narrative, outline, and/or graph form the offeror's approach to accomplishing the tasks outlined in the Scope of Work section of this RFP. A description of each task and deliverable and the schedule for accomplishing each shall be included.

5. Outsourcing

The Vendor must detail the manner in which it intends to utilize resources or workers located outside of the United States, and the State of North Carolina will evaluate the additional risks, costs and other factors associated with such utilization to make the award for this proposal as deemed by the awarding authority to be in the best interest of the State.

For any proposed or actual utilization or contract performance outside of the United States, the offeror’s proposal must include:

a) The location of work performed under a state contract by the vendor, any subcontractors, employees, or other persons performing the contract.

b) The corporate structure and location of corporate employees and activities of the vendors, its affiliates or any subcontractors.

The State may initiate proceedings to debar a vendor from participation in the bid process and from contract award as authorized by North Carolina law, if it is determined that the vendor has refused to disclose or has falsified any information provided herein.

6. Cost Proposal

This section, Page 9 of this RFP, is to be completed and returned with ALL other required supportive documentation.

6 INTRODUCTION

This specification is issued by the North Carolina Department of Transportation (NCDOT) Rail Division to establish rebuild requirements for two (2) former GO Transit F59PH locomotives (currently numbered as RNCX 18547 & 18551), to be numbered and named 1871 – Town of Cary and 1984 – City of Kannapolis, for use in the North Carolina Piedmont passenger rail service.

SCOPE OF WORK

The scope of this project shall include the rebuild, testing, and delivery of two (2) F59PH locomotives. Per the details of this specification (attached), the final configuration of the locomotives shall be functionally equivalent to NCDOT’s existing F59PH locomotives unless otherwise specifically indicated within this document. Upon delivery and acceptance by NCDOT, the locomotives shall be capable of providing a minimum of ten (10) years of reliable service, averaging 60,000 miles of service each year, without need of major overhaul.

Rebuild Specifications for Locomotive Mid-Life Rebuild are (attached):

CES 0001554 REV C Rebuild Specifications for F59PH Locomotives 1871 & 1984 CES 0001413 REV C Standards and Practices for NCDOT Cars & Locomotives

TERM OF CONTRACT

The term of this contract is ten (10) months from date of award and notice to proceed unless otherwise agreed to by both parties in writing. Locomotives will be available for movement to rebuild shop starting on Wednesday, April 1, 2015.

PAYMENT TERMS

Any and all payments to the Contractor will be made on the basis of work completed less a 5% retainage for each locomotive. The retainage will be paid upon the final completion and acceptance of each locomotive.

COMPLETION

In the event all work is not completed and accepted within the time allowed (10 months), unless agreed to by both parties in writing, a penalty of five hundred dollars ($500.00) will be deducted from the five percent (5%) retainage for each calendar day over the limit.

CHANGES/CORRECTONS

Changes in any entry in the Bid Submittal Package shall be made by marking through the entry in ink (whiteout is not allowed on bid documents) and making the correct entry adjacent thereto in ink. A representative of the Bidder shall date and initial the change in ink.

REJECTION OF BIDS Any bid submitted which fails to comply with any of the requirements contained herein shall be considered irregular and will be rejected.

AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (ARRA) FUNDS

NOTE: The project will be financed with American Recovery and Reinvestment Act of 2009 (ARRA) funds. By submission of a proposal or bid, the Contractor agrees to comply with the attached ARRA and OERI Contract Provisions and Reporting Requirement Certification.

NOTE

Notwithstanding any other provision of law, it is the intent of this procurement, supported by state and federal funding, to maximize utilization of North Carolina-based and other American based firms, suppliers of iron, steel, other materials and or manufactured goods. Vendors are advised that the domestic content and the documentation thereof for this procurement will be a consideration in the award.

7 COST PROPOSAL / EXECUTION OF PROPOSAL (RFP #54-DO-12102014)

By submitting this proposal, the potential contractor certifies the following:

This proposal is signed by an authorized representative of the firm. It can obtain insurance certificates as required within 2 calendar days after notice of award. The cost and availability of all equipment, materials, and supplies associated with performing the services described herein have been determined and included in the proposed cost. All labor costs, direct and indirect, have been determined and included in the proposed cost. The potential contractor has read and understands the conditions set forth in this RFP and agrees to them with no exceptions. The bidder is registered in NC E-Procurement @ Your Service or agrees to register within two days after notification of contract award.

Therefore, in compliance with this Request for Proposals, and subject to all conditions herein, the undersigned offers and agrees, if this proposal is accepted within 90 days from the date of the opening, to furnish the subject materials and services for the prices quoted below:

Rebuild one (1) F59PH (1871) Lump Sum Cost $ ______

Rebuild one (1) F59PH (1984) Lump Sum Cost $ ______

TOTAL$ ______

Bidder: ______(Corporation, Partnership, Individual, etc.) ADDRESS: ______

CITY, STATE, ZIP: ______

Organized under laws of the State of ______

Officer or individual with title: ______(print name) (title)

TELEPHONE NUMBER: ______FAX: ______

E-MAIL: ______

Principal Place of Business if different from above (See General Information on Submitting Proposals, Item 18.):

N.C.G.S. § 133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift from anyone with a contract with the State, or from any person seeking to do business with the State. By execution of any response in this procurement, you attest, for your entire organization and its employees or agents, that you are not aware that any such gift has been offered, accepted, or promised by any employees of your organization.

BY: ______TITLE: ______

DATE: ______(Signature) ______(Printed name)

******************************************************************************************************************* ACCEPTANCE OF PROPOSAL

Agency: NC Department of Transportation, Raleigh, N.C. 27601

By: ______Title: ______Date ______

THIS PAGE MUST BE SIGNED AND INCLUDED IN YOUR PROPOSAL. Unsigned proposals will not be considered. 8

Where Service Contracts Will Be Performed

In accordance with NC General Statute 143-59.4 (Session Law 2005-169), this form is to be completed and submitted with the offeror’s (technical) proposal/bid.

Issuing Agency: NC Department of Transportation Solicitation # 54-DO-12102014 Agency Contact: Danny Oliver Phone: 919-707-2641 Solicitation Title / NCDOT F59PH Locomotive Mid-Life Rebuild ______

OFFEROR: ______

City & State: ______

Location(s) from which services will be performed by the contractor:

Service City/Providence/State Country

______

______

______

Location(s) from which services will be performed by subcontractor(s):

Service Subcontractor City/Providence/State Country

______

______

______

(Attach additional pages if necessary.)

9 Provide Prospective Contractor’s Data

References Prospective Contractor must supply three references of government agencies and/or private firms for whom he/she has provided the services requested in this RFP on a contract basis during the last two years:

Agency or Firm Name

Business Address

Mailing Address

Contact Person

Telephone

Agency or Firm Name

Business Address

Mailing Address

Contact Person

Telephone

Agency or Firm Name

Business Address

Mailing Address

Contact Person

Telephone

10 Business Information

Date Business Established: ______

Check one: Proprietorship

Partnership

Corporation

Total Business Income:

Fiscal Year to Date $______

Fiscal Year Began : ______to ______

Interest Group Definition

Indicate whether any of the following apply to your firm:

(1) Minority-owned business? YES_____ NO_____ (Minority Definition: At least 51 percent of which is owned and controlled by minority group members.)

Please indicate specific minority group:

1 _____ Black 2 _____ Hispanic (Mexican, Puerto Rican, Cuban, Central or South American and other Spanish origin) 3 _____ Asian (including Pacific Islander) 4 _____ American Indian (including Alaskan native)

(2) Female Owned: (51% owned and controlled by a Female) YES_____ NO_____

(3) Physically Handicapped Owned: (51% owned and controlled by a physically handicapped person) YES_____ NO_____

11 GENERAL INFORMATION ON SUBMITTING PROPOSALS

1. EXCEPTIONS: All proposals are subject to the terms and conditions outlined herein. All responses shall be controlled by such terms and conditions and the submission of other terms and conditions, price lists, catalogs, and/or other documents as part of an offeror's response will be waived and have no effect either on this Request for Proposals or on any contract that may be awarded resulting from this solicitation. Offeror specifically agrees to the conditions set forth in the above paragraph by signature to the proposal.

2. CERTIFICATION: By executing the proposal, the signer certifies that this proposal is submitted competitively and without collusion (G.S. 143-54), that none of our officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143- 59.2), and that we are not an ineligible vendor as set forth in G.S. 143-59.1. False certification is a Class I felony.

3. ORAL EXPLANATIONS: The State shall not be bound by oral explanations or instructions given at any time during the competitive process or after award.

4. REFERENCE TO OTHER DATA: Only information which is received in response to this RFP will be evaluated; reference to information previously submitted shall not be evaluated.

5. ELABORATE PROPOSALS: Elaborate proposals in the form of brochures or other presentations beyond that necessary to present a complete and effective proposal are not desired.

In an effort to support the sustainability efforts of the State of North Carolina we solicit your cooperation in this effort.

It is desirable that all responses meet the following requirements: • All copies are printed double sided. • All submittals and copies are printed on recycled paper with a minimum post-consumer content of 30% and indicate this information accordingly on the response. • Unless absolutely necessary, all proposals and copies should minimize or eliminate use of non-recyclable or nonreusable materials such as plastic report covers, plastic dividers, vinyl sleeves, and GBC binding. Three-ringed binders, glued materials, paper clips, and staples are acceptable. • Materials should be submitted in a format which allows for easy removal and recycling of paper materials.

6. COST FOR PROPOSAL PREPARATION: Any costs incurred by offerors in preparing or submitting offers are the offerors' sole responsibility; the State of North Carolina will not reimburse any offeror for any costs incurred prior to award.

7. TIME FOR ACCEPTANCE: Each proposal shall state that it is a firm offer which may be accepted within a period of 90 days. Although the contract is expected to be awarded prior to that time, the 90 day period is requested to allow for unforeseen delays.

8. TITLES: Titles and headings in this RFP and any subsequent contract are for convenience only and shall have no binding force or effect.

9. CONFIDENTIALITY OF PROPOSALS: In submitting its proposal the offeror agrees not to discuss or otherwise reveal the contents of the proposal to any source outside of the using or issuing agency, government or private, until after the award of the contract. . Only those communications with the using agency or issuing agency authorized by this RFP are permitted. All offerors are advised that they are not to have any communications with the using or issuing agency during the evaluation of the proposals (i.e., after the public opening of the proposals and before the award of the contract), unless the State’s purchaser contacts the offeror(s) for purposes of seeking clarification. An offeror shall not: transmit to the issuing and/or using agency any information commenting on the ability or qualifications of other offerors to perform the advertised contract and/or the other offerors’ proposals and/or prices at any time during the procurement process; or engage in any other communication or conduct attempting to influence the evaluation and/or award of the contract that is the subject of this RFP. Offerors not in compliance with this provision may be disqualified, at the option of the State, from contract award. Only discussions authorized by the issuing agency are exempt from this provision.

10. RIGHT TO SUBMITTED MATERIAL: All responses, inquiries, or correspondence relating to or in reference to the RFP, and all other reports, charts, displays, schedules, exhibits, and other documentation submitted by the offerors shall become the property of the State when received.

11. OFFEROR’S REPRESENTATIVE: Each offeror shall submit with its proposal the name, address, and telephone number of the person(s) with authority to bind the firm and answer questions or provide clarification concerning the firm's proposal.

12. SUBCONTRACTING: Offerors may propose to subcontract portions of the work provided that their proposals clearly indicate what work they plan to subcontract and to whom and that all information required about the prime contractor is also included for each proposed subcontractor.

13. PROPRIETARY INFORMATION: Trade secrets or similar proprietary data which the offeror does not wish disclosed to other than personnel involved in the evaluation or contract administration will be kept confidential to the extent permitted by NCAC T01:05B.1501 and G.S. 132-1.3 if identified as follows: Each page shall be identified in boldface at the top and bottom as

12 "CONFIDENTIAL". Any section of the proposal which is to remain confidential shall also be so marked in boldface on the title page of that section. Cost information may not be deemed confidential. In spite of what is labeled as confidential, the determination as to whether or not it is shall be determined by North Carolina law.

14. HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to General Statute 143-48 and Executive Order #150, the State invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled.

15. PROTEST PROCEDURES: When an offeror wants to protest a contract awarded by the NCDOT Purchasing Section or by an agency over $25,000 resulting from this solicitation, they must submit a written request to the NCDOT Purchasing Section, 1510 MSC, Raleigh, N.C. 27699-1510. This request must be received in the Purchasing Section within thirty (30) consecutive calendar days from the date of the contract award. When an offeror wants to protest a contract awarded by an agency or university resulting from this solicitation that is over $10,000 but less than $25,000 for any agency, or any contract awarded by a university, they must submit a written request to the issuing procurement officer at the address of the issuing agency. This request must be received in that office within thirty (30) consecutive calendar days from the date of the contract award. Protest letters must contain specific reasons and any supporting documentation for the protest. Note: Contract award notices are sent only to those actually awarded contracts, and not to every person or firm responding to this solicitation. Contract status and Award notices are posted on the Internet at http://www.pandc.nc.gov/ . All protests will be handled pursuant to the North Carolina Administrative Code, Title 1, Department of Administration, Chapter 5, Purchase and Contract, Section 5B.1519. (See Protest Information at http://www.pandc.nc.gov/protests.pdf for more information.)

16. TABULATIONS: The Division has implemented an Interactive Purchasing System (IPS) that allows the public to retrieve bid tabulations electronically from our Internet web site: http://www.pandc.nc.gov/ . Click on the IPS BIDS icon, click on Search for Bid, enter the RFP number, and then search. Tabulations will normally be available at this web site not later than one working day after opening. Lengthy tabulations may not be available on the Internet and requests for these verbally or in writing cannot be honored.

17. VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: Vendor Link NC allows vendors to electronically register free with the State to receive electronic notification of current procurement opportunities for goods and services available on the Interactive Purchasing System. Online registration and other purchasing information are available on our Internet web site: http://www.pandc.nc.gov/ .

18. RECIPROCAL PREFERENCE: G.S. 143-59 establishes a reciprocal preference law to discourage other states from applying in- state preferences against North Carolina’s resident offerors. The “Principal Place of Business” is defined as the principal place from which the trade or business of the offeror is directed or managed.

13 NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS (Contractual and Consultant Services)

1. GOVERNING LAW: This contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina.

2. SITUS: The place of this contract, its situs and forum, shall be North Carolina, where all matters, whether sounding in contract or tort, relating to its validity, construction, interpretation and enforcement shall be determined

3. INDEPENDENT CONTRACTOR: The Contractor shall be considered to be an independent contractor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. The Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this agreement. Such employees shall not be employees of, or have any individual contractual relationship with the Agency.

4. KEY PERSONNEL: The Contractor shall not substitute key personnel assigned to the performance of this contract without prior written approval by the Agency’s Contract Administrator. The individuals designated as key personnel for purposes of this contract are those specified in the Contractor’s proposal.

5. SUBCONTRACTING: Work proposed to be performed under this contract by the Contractor or its employees shall not be subcontracted without prior written approval of the Agency’s Contract Administrator. Acceptance of an offeror’s proposal shall include any subcontractor(s) specified therein.

6. PERFORMANCE AND DEFAULT: If, through any cause, the Contractor shall fail to fulfill in timely and proper manner the obligations under this agreement, the Agency shall thereupon have the right to terminate this contract by giving written notice to the Contractor and specifying the effective date thereof. In that event, all finished or unfinished deliverable items under this contract prepared by the Contractor shall, at the option of the Agency, become its property, and the Contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such materials. Notwithstanding, the Contractor shall not be relieved of liability to the Agency for damages sustained by the Agency by virtue of any breach of this agreement, and the Agency may withhold any payment due the Contractor for the purpose of setoff until such time as the exact amount of damages due the Agency from such breach can be determined.

In case of default by the Contractor, the State may procure the services from other sources and hold the Contractor responsible for any excess cost occasioned thereby. The State reserves the right to require a performance bond or other acceptable alternative performance guarantees from successful offeror without expense to the State.

In addition, in the event of default by the Contractor under this contract, the State may immediately cease doing business with the Contractor, immediately terminate for cause all existing contracts the State has with the Contractor, and de-bar the Contractor from doing future business with the State

Upon the Contractor filing a petition for bankruptcy or the entering of a judgment of bankruptcy by or against the Contractor, the State may immediately terminate, for cause, this contract and all other existing contracts the Contractor has with the State, and de- bar the Contractor from doing future business

Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by any act of war, hostile foreign action, nuclear explosion, riot, strikes, civil insurrection, earthquake, hurricane, tornado, or other catastrophic natural event or act of God.

7. TERMINATION: The Agency may terminate this agreement at any time by 10 days notice in writing from the Agency to the Contractor. In that event, all finished or unfinished deliverable items prepared by the Contractor under this contract shall, at the option of the Agency, become its property. If the contract is terminated by the Agency as provided herein, the Contractor shall be paid for services satisfactorily completed, less payment or compensation previously made.

8. PAYMENT TERMS: Payment terms are Net not later than 30 days after receipt of correct invoice(s) or acceptance of services, whichever is later, or in accordance with any special payment schedule identified in this RFP. The using agency is responsible for all payments to the contractor under the contract. Payment by some agencies may be made by procurement card and it shall be accepted by the contractor for payment if the contractor accepts that card (Visa, MasterCard, etc.) from other customers. If payment is made by procurement card, then payment may be processed immediately by the contractor.

9. AVAILABILITY OF FUNDS: Any and all payments to the Contractor are dependent upon and subject to the availability of funds to the Agency for the purpose set forth in this agreement.

10. CONFIDENTIALITY: Any information, data, instruments, documents, studies or reports given to or prepared or assembled by the Contractor under this agreement shall be kept as confidential and not divulged or made available to any individual or organization without the prior written approval of the Agency.

11. CARE OF PROPERTY: The Contractor agrees that it shall be responsible for the proper custody and care of any property furnished it for use in connection with the performance of this contract or purchased by it for this contract and will reimburse the State for loss of damage of such property. 14

12. COPYRIGHT: No deliverable items produced in whole or in part under this agreement shall be the subject of an application for copyright by or on behalf of the Contractor.

13. ACCESS TO PERSONS AND RECORDS: The State Auditor and the using agency’s internal auditors shall have access to persons and records as a result of all contracts or grants entered into by State agencies or political subdivisions in accordance with General Statute 147-64.7 and Session Law 2010-194, Section 21 (i.e., the State Auditors and internal auditors may audit the records of the contractor during the term of the contract to verify accounts and data affecting fees or performance).

14. ASSIGNMENT: No assignment of the Contractor’s obligations nor the Contractor’s right to receive payment hereunder shall be permitted. However, upon written request approved by the issuing purchasing authority, the State may: a. Forward the contractor’s payment check(s) directly to any person or entity designated by the Contractor, or b. Include any person or entity designated by Contractor as a joint payee on the Contractor’s payment check(s). In no event shall such approval and action obligate the State to anyone other than the Contractor and the Contractor shall remain responsible for fulfillment of all contract obligations.

15. COMPLIANCE WITH LAWS: The Contractor shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and/or authority.

16. AFFIRMATIVE ACTION: The Contractor shall take affirmative action in complying with all Federal and State requirements concerning fair employment and employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination by reason of race, color, religion, sex, national origin, or disability.

17. INSURANCE: During the term of the contract, the contractor at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the contract. As a minimum, the contractor shall provide and maintain the following coverage and limits:

a. Worker’s Compensation - The contractor shall provide and maintain Worker’s Compensation Insurance, as required by the laws of North Carolina, as well as employer’s liability coverage with minimum limits of $150,000.00, covering all of Contractor’s employees who are engaged in any work under the contract. If any work is subcontracted, the contractor shall require the subcontractor to provide the same coverage for any of its employees engaged in any work under the contract.

b. Commercial General Liability - General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $500,000.00 Combined Single Limit. (Defense cost shall be in excess of the limit of liability.

c. Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non-owned vehicles, used in connection with the contract. The minimum combined single limit shall be $150,000.00 bodily injury and property damage; $150,000.00 uninsured/under insured motorist; and $1,000.00 medical payment.

Providing and maintaining adequate insurance coverage is a material obligation of the contractor and is of the essence of this contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The contractor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this contract. The limits of coverage under each insurance policy maintained by the contractor shall not be interpreted as limiting the contractor’s liability and obligations under the contract.

18. ADVERTISING: The offeror shall not use the award of a contract as part of any news release or commercial advertising.

19. ENTIRE AGREEMENT: This contract and any documents incorporated specifically by reference represent the entire agreement between the parties and supersede all prior oral or written statements or agreements. This Request for Proposals, any addenda thereto, and the offeror’s proposal are incorporated herein by reference as though set forth verbatim.

All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation.

20. AMENDMENTS: This contract may be amended only by written amendments duly executed by the Agency and the Contractor. The NC Division of Purchase and Contract shall give prior approval to any amendment to a contract awarded through that office.

21. TAXES: G.S. 143-59.1 bars the Secretary of Administration from entering into contracts with vendors if the vendor or its affiliates meet one of the conditions of G. S. 105-164.8(b) and refuse to collect use tax on sales of tangible personal property to purchasers in North Carolina. Conditions under G. S. 105-164.8(b) include: (1) Maintenance of a retail establishment or office, (2) Presence of representatives in the State that solicit sales or transact business on behalf of the vendor and (3) Systematic exploitation of the

15 market by media-assisted, media-facilitated, or media-solicited means. By execution of the proposal document the vendor certifies that it and all of its affiliates, (if it has affiliates), collect(s) the appropriate taxes.

22. YEAR 2000 COMPLIANCE/WARRANTY: Vendor shall ensure the product(s) and service(s) furnished pursuant to this agreement (“product” shall include, without limitation, any piece of equipment, hardware, firmware, middleware, custom or commercial software, or internal components, subroutines, and interfaces therein) which perform any date and/or time data recognition function, calculation, or sequencing, will support a four digit year format, and will provide accurate date/time data and leap year calculations on and after December 31, 1999, at the same level of functionality for which originally acquired without additional cost to the user. This warranty shall survive termination or expiration of the agreement. 23. GENERAL INDEMNITY: The contractor shall hold and save the State, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the contractor in the performance of this contract and that are attributable to the negligence or intentionally tortious acts of the contractor provided that the contractor is notified in writing within 30 days that the State has knowledge of such claims. The contractor represents and warrants that it shall make no claim of any kind or nature against the State’s agents who are involved in the delivery or processing of contractor goods to the State. The representation and warranty in the preceding sentence shall survive the termination or expiration of this contract.

24. OUTSOURCING: Any vendor or subcontractor providing call or contact center services to the State of North Carolina shall disclose to inbound callers the location from which the call or contact center services are being provided.

If, after award of a contract, the contractor wishes to outsource any portion of the work to a location outside the United States, prior written approval must be obtained from the State agency responsible for the contract.

Vendor must give notice to the using agency of any relocation of the vendor, employees of the vendor, subcontractors of the vendor, or other persons performing services under a state contract outside of the United States.

25. By EXECUTIVE ORDER 24, issued by Governor Perdue, and N.C. G.S.§ 133-32, it is unlawful for any vendor or contractor ( i.e. architect, bidder, contractor, construction manager, design professional, engineer, landlord, offeror, seller, subcontractor, supplier, or vendor), to make gifts or to give favors to any State employee of the Governor’s Cabinet Agencies (i.e., Administration, Commerce, Correction, Crime Control and Public Safety, Cultural Resources, Environment and Natural Resources, Health and Human Services, Juvenile Justice and Delinquency Prevention, Revenue, Transportation, and the Office of the Governor). This prohibition covers those vendors and contractors who: (1) have a contract with a governmental agency; or (2) have performed under such a contract within the past year; or (3) anticipate bidding on such a contract in the future.

For additional information regarding the specific requirements and exemptions, vendors and contractors are encouraged to review Executive Order 24 and G.S. Sec. 133-32.

Executive Order 24 also encouraged and invited other State Agencies to implement the requirements and prohibitions of the Executive Order to their agencies. Vendors and contractors should contact other State Agencies to determine if those agencies have adopted Executive Order 24.”

Revised 10/25/2010

16 RAIL DIVISION North Carolina Department of Transportation

CAPITAL YARD MECHANICAL ENGINEERING

Mid-Life Rebuild of F59PH Locomotives 1871 & 1984

CES 0001554

Revision Level C

Issued: December 30, 2014

ENGINEERING SPECIFICATION

Author Signature Date Author L. Harris/ C. McDowell 11/17/2014 Chief Engineer C. McDowell, PE 11/18/2014 Deputy Director Allan Paul 11/18/2014

Capital Yard Maintenance Facility ◊ 860 Capital Blvd. Raleigh, NC27603 ◊ 919-715-5753

S:\Engineering Directory\CES - CapYd Engineering Specifications\CES 0001554C Mid-life Rebuild of F59PH Locomotives 1871 & 1984.doc

Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

REVISION LEVEL HISTORY

REV ISSUE DATE AUTHOR CHECKED APPROVED CHANGE DETAILS A 06/28/14 WLH RDW HCM CDG HCM HAP Initial Issue HAP B 10/16/14 WLH HCM RDW HAP CDG HCM HAP Addition of Alternate A - Dual Fuel Upgrade & Retrofit. Add EFI upgrade kit. Wording mods throughout document. C 11/17/14 HCM RDW CDG WLH HCM HAP Incorporate FRA recommendations to sections 3.7.1, 4.3.10, 4.4.2, 4.5.1. Modified 4.3.13 and component matrix for new event recorder information. Updated section 7 for 3 year warranty.Update to 10/31/14 Rev C of document 0001413 in Attachment D.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 2 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

TABLE OF CONTENTS 1. INTRODUCTION ...... 5 1.1. Purpose ...... 5 1.2. Project Management / Schedule ...... 5 1.3. Hierarchy ...... 5 2. SUMMARY ...... 5 2.1. General ...... 5 2.2. PTC System ...... 6 2.3. Emissions Requirements ...... 6 2.4. Alternate A: Dual Fuel Ready Upgrade and Retrofit ...... 6 2.5. Current Specifications ...... 6 3. GENERAL TERMS & CONDITIONS ...... 7 3.1. Compliance with Standards and Regulations ...... 7 3.2. Contractor Responsibility ...... 7 3.2.1. Transport of Equipment ...... 7 3.2.2. Inspections ...... 7 3.3. Alternative & Equivalent Materials ...... 7 3.4. Workmanship ...... 8 3.5. Disposition of Materials Removed ...... 8 3.6. LocomotiveWeight ...... 8 3.7. Drawings / Documentation ...... 8 3.7.1. Contractor Documentation ...... 8 3.7.2. Bill of Materials ...... 9 4. REBUILD WORKSCOPE ...... 9 4.1. General Requirements ...... 9 4.1.1. General ...... 9 4.1.2. Accessibility ...... 10 4.1.3. Safety Appliances ...... 10 4.1.4. Work Scope Overview ...... 10 4.1.5. Maintenance Instructions ...... 11 4.2. ComponentRequirements ...... 11 4.2.1. General ...... 11 4.2.2. Galvanic Corrosion ...... 11 4.2.3. Rubber ...... 12 4.2.4. Glass...... 12 4.2.5. Wiring...... 12 4.2.6. Conduits, Junction Boxes and Fittings ...... 12 4.2.7. Welding ...... 13 4.2.8. Piping and Tubing ...... 13 4.2.9. Lubricants ...... 13 4.3. Major Locomotive System Requirements ...... 14 4.3.1. Trucksand Truck Brakes...... 14 4.3.2. Wheels and Traction Motors ...... 14 4.3.3. Sanding Equipment ...... 14 4.3.4. Windshield Wipers ...... 15 4.3.5. Horns and Bells ...... 15 4.3.6. Air Brake System and Auxiliaries ...... 15 4.3.7. Air Compressor and Air Dryer ...... 15 4.3.8. Main Reservoir ...... 15 4.3.9. Trainline Cables and Jumper Cables ...... 16 4.3.10. Receptacles ...... 16 4.3.11. Fuel System ...... 16 4.3.12. Layover Heating ...... 17 4.3.13. Radio and Communications ...... 17 4.3.14. Pneumatic Components ...... 17 4.4. Electrical Requirements...... 17

12/30/2014 UNCONTROLLED WHEN PRINTED Page 3 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

4.4.1. Rotating Electrical ...... 17 4.4.2. Electrical, Wiring, Control and Lighting ...... 17 4.4.3. Battery System ...... 18 4.4.4. Lights and Lamps ...... 18 4.5. EngineSystems Requirements ...... 18 4.5.1. Prime Mover ...... 18 4.5.2. Electronic Fuel Injection (EFI) and Control System ...... 19 4.5.3. Engine Cooling and Temperature Control System ...... 19 4.5.4. Head End Power ...... 19 4.6. Carbody Requirements ...... 20 4.6.1. General ...... 20 4.7. Cab Requirements ...... 20 4.7.1. Interior ...... 20 4.7.2. Cab HVAC System ...... 21 4.7.3. Insulationand Sound Levels ...... 21 4.7.4. Engineer’s Control Console ...... 21 4.8. Paint and Styling Requirements ...... 21 4.8.1. Paint, Painting and Lettering ...... 21 5. INSPECTIONS AND TESTING ...... 22 5.1. Required Tests ...... 22 5.1.1. General SystemTests ...... 22 5.1.2. Pre-Delivery Tests ...... 24 5.1.3. Track Tests at Plant ...... 25 5.2. Written Reports& Documentation ...... 26 5.3. Test Plans and Data ...... 26 5.4. General Requirements ...... 26 6. QUALITY ASSURANCE ...... 27 6.1. General ...... 27 6.2. Requirements ...... 27 6.3. Quality Assurance Representative's Authority ...... 27 6.4. Quality Control Manual and Inspection Plan ...... 27 6.5. Documents for Inspection ...... 27 6.6. Test and Inspection Equipment ...... 27 6.7. Purchasing ...... 27 6.8. Workmanship ...... 28 6.9. Material Control ...... 28 6.10. Accommodation, Facilities and Assistance ...... 28 7. WARRANTY ...... 28 8. ALTERNATE A: DUAL FUEL RETROFIT KIT...... 29 8.1. Summary ...... 29 8.2. Dual Fuel Ready Engine Upgrades ...... 29 8.3. Installation and Testing ...... 30 8.4. Quality Control ...... 30 8.5. Warranty ...... 30 Appendix A: Acknowledgements, Conditions, and Disclaimers ...... 31 Appendix B: Locomotive Base Rebuild Component Matrix ...... 32 Appendix C: RNCX 18547 (1871) Photos ...... 43 Appendix D: RNCX 18551 (1984) Photos ...... 48 Appendix E: RNCX 1893 Photos...... 53 Appendix F: ARRA and OERI Contract Provisions and Reporting Requirement Certification ...... 58 Appendix G: Requirements for VTI Monitoring System – PRIIA Specification Excerpt ...... 63 Appendix H: 12N Kit Components...... 64 Attachment A: Gregory Poole Service Tech Agreement ...... 65 Attachment B: CED 0001535A F59 PH Paint & Styling ...... 66 Attachment C: CED 0001545A Clearance Diagram F59 PH Locomotive ...... 68 Attachment D: CES 0001413C Standards & Practices for NCDOT Cars and Locomotives...... 69

12/30/2014 UNCONTROLLED WHEN PRINTED Page 4 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

1. INTRODUCTION 1.1. Purpose This specification is issued by the North Carolina Department of Transportation (NCDOT) Rail Division to establish rebuild requirements fortwo (2)former GO Transit F59PH locomotives (currently numbered as RNCX 18547 & 18551), to be numbered and named 1871 – Town of Cary and 1984 – City of Kannapolis, for use inthe North Carolina Piedmont passenger rail service.

1.2. Project Management / Schedule Refer to the associated Project Request for Proposals (RFP) for details regarding project management, scheduling, etc. NCDOT Mechanical Engineering personnel will be the primary points of contact for all technical aspects of this project.

1.3. Hierarchy The document shall be considered the top-level document regarding technical requirements for locomotive rebuilds and any associated testing and documentation. For non-technical issues, the hierarchy for this project shall be: • The Project Request for Proposals (RFP); • Addendums to the RFP; • The Project Specifications (this document); • Addendums to the Specifications; • Other related or attached documents. 2. SUMMARY 2.1. General The scope of this project shall include the rebuild, testing, and delivery of two (2)F59PH locomotives. Per the details of this specification, the final configuration of the locomotives shall be functionally equivalent to NCDOT’s existing F59PH locomotives unless otherwise specifically indicated within this document. Upon delivery and acceptance by NCDOT, the locomotives shall be capable of providing a minimum of ten (10) years of reliable service, averaging 60,000 miles of service each year, without need of major overhaul.

Each locomotive is a diesel-electric type, equipped with turbocharged EMD 710G3 12- prime mover producing approximately 3200 horsepower at a maximum 904 RPM, two (2) four-wheel trucks with traction motors on all axles, and a control compartment between short and long hoods.

The current CAT 3412 -driven alternator provides a minimum continuous 700kVA, 480 volt, 60 hertz, 3 phase electrical power for the head end power (HEP) system. The existing HEP package consisting of the diesel engine driven alternator and associated electrical control system shall be replaced in their entirety with new Tier 3 compliant Caterpillar C-15 diesel engines with Stamford alternators.

Traction power and head end power shall remain independent; one system shall not be utilized by the other.

Head end power shall be available for use for layover protection when the locomotive prime mover is not running and/or wayside power is not available.

After rebuild, locomotives shall be capable of operating at a maximum speed of 103 mph and maintaining maximum track speed of 90 mph (in anticipation of PTC implementation) while in single or multiple locomotive (MU) consists. Prior to PTC implementation, maximum track speed will be 79

12/30/2014 UNCONTROLLED WHEN PRINTED Page 5 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

mph; the Contractor shall set the locomotive alerter overspeed trip to 82 mph during the rebuild process.

Locomotives shall be capable of sustaining extended intervals of repeated acceleration and braking.

It shall be the responsibility of the Contractor to ensure all performance criteria specified in this document are strictly adhered to and fully satisfy NCDOT's requirements. NCDOT Mechanical Engineering and mechanical personnel will provide ongoing support throughout this project to ensure all criteria specified in this document are met.

2.2. PTC System As per federal mandate all passenger locomotives must be equipped with a fully functioning PTC system by December 31st, 2015. NCDOT has selected the Wabtec IETMS system which has been adopted by Norfolk Southern and CSX Transportation, the two Class I railroads that NCDOT operates over and are dispatched upon.

Concurrent with the award of this contract NCDOT will be finalizing the PTC hardware and software requirements for these two locomotives. Wabtec has been contracted to develop the PTC interface for NCDOT's locomotives. NCDOT will acquire separately from this contract all hardware and software associated with installation of PTC on these locomotives.

NCDOT will negotiate a change order with the Contractor for the installation of all PTC equipment. Installation of the PTC system on these locomotives should not be included as part of the base bid for this RFP.

2.3. Emissions Requirements NCDOT’s F59 PH locomotive rebuild procedures have historically included implementation of an EMD 710 engine with ECO Tip injectors in order to meet the EPA and FRA mandated Tier 0+ emissions levels for locomotive prime movers. To comply with new EPA regulations effective July 2011 for remanufactured locomotive prime movers as specified in CFR 40 §1033.115, NCDOT wishes to attain Tier 0+ emission levels through implementation of an Electronic Fuel Injection(EFI) engine control system with AESS capabilities.

The Contractor shall ensure that all emissions documents, including waivers, test information, EPA certification documents are provided to NCDOT.

2.4. Alternate A: Dual Fuel Ready Upgrade and Retrofit Alternate A is provided in section 8 of this document to outline the NCDOT alternate option for equipping both locomotives with CNG dual fuel ready components. All bidders are required to provide pricing for both the base rebuild and the alternate. Failure to include both components shall result in disqualification from award consideration.

2.5. Current Specifications Model Designation F59PH Main Diesel Engine EMD 710G3 Main Generator Assembly AR15/CA5A Traction Alternator AR15 WBC HEP Unit CAT 12V-3412 DI-TA Head End Alternator Stamford HC504E Auxiliary AC Generator Delco A-8589 Traction Motor D87B Trucks GP Wheel Diameter 40”

12/30/2014 UNCONTROLLED WHEN PRINTED Page 6 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Gear Ratio 66:20 Maximum Speed 83 mph Air Compressor GardnerDenver WLNA9AN Pneumatic Brakes 26LU-L Dynamic Brakes (Blended) 700 Amperes Maximum Current Fuel Tank Capacity 1500 Gallons Engine Lube Oil Capacity 177 Gallons Overall Length 58’ 2” Overall Width 10’ 6” Overall Height 15’ 8-3/16” Nominal Weight 260,000 lbs. 3. GENERAL TERMS & CONDITIONS 3.1. Compliance with Standards and Regulations The locomotive shall comply in all respects with applicable standards and recommended practices outlined in CES 0001413CStandards and Practices for NCDOT Cars and Locomotiveswhich shall be provided as Attachment D. The Contractor shall also comply with all applicable standards and recommended practices of the Federal Railroad Administration (FRA), American Public Transportation Association (APTA), American Association of Railroads (AAR), Amtrak, and the State of North Carolina.

3.2. Contractor Responsibility The Contractor shall furnish all management, labor, materials, tools, equipment, data, design, service, and incidentals necessary and deliver the locomotives in strict conformity with the contract requirements, in a proper, thorough and skillful manner, complete and ready for service. All software/hardware, special tooling/equipment, instruction manuals, drawings, prints and manuals necessary for maintenance and operation shall be supplied as part of this order.

3.2.1. Transport of Equipment The locomotives are currently located at the NCDOT Capital Maintenance Yard (CapYd) in Raleigh, NC, the address of which is 860 Capital Blvd., Raleigh NC 27603. The Contractor shall assume responsibility and all costs for transportation from the Capital Maintenance Yard to the Contractor’s locomotive shop as well as return transport to the Capital Maintenance Yard, the designated delivery point, after the locomotives are completed. NCDOT will ensure FRA compliance for movement in freight service prior to departure to the Contractor’s facility. The Contractor shall ensure both locomotives are fully FRA compliant upon completion and prior to return shipment to NCDOT's Capital Yard.

3.2.2. Inspections The Contractor and NCDOT will arrange regular inspections of the locomotives (approximately every two weeks) during rebuild to ensure that the rebuild process is proceeding as specified by this document and in a timely manner. A final inspection of the locomotives by regional FRA and Amtrak inspectors and NCDOT designated personnel shall be performed after completion of rebuild and prior to shipment to ensure compliance and satisfactory completion of the rebuild process. Any unsatisfactory findings or issues shall be addressed and resolved prior to the return of the locomotives to NCDOT.

3.3. Alternative & Equivalent Materials The contractor shall use parts and equipment as defined in this specification (Contractor will be given opportunities to view NCDOT’s equipment prior to award of the RFP and during the rebuild process). In cases where equivalent parts are not available, the Contractor and NCDOT shall agree on

12/30/2014 UNCONTROLLED WHEN PRINTED Page 7 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

appropriate replacement parts prior to proceeding. Under no circumstances shall the contractor substitute any parts or equipment without prior written permission from NCDOT.

3.4. Workmanship NCDOT is committed to providing a product that meets or exceeds industry standards. NCDOT thus expects the contractor to adhere to the highest quality of workmanship throughout the rebuild process. The contractor is expected to meet workmanship expectations through a combination of adherence to FRA and APTA standards, compliance with in-house procedures, and cooperative efforts with NCDOT Mechanical Engineering personnel to ensure desired results. The workmanship indicated on NCDOT’s existing F59PH locomotives shall be used as a reference for the minimum expected workmanship on the new locomotives. NCDOT reserves the right to have the contractor quantitatively demonstrate examples of proper workmanship, e.g. reviewing in-house operating procedures, viewing signed-off installation forms, etc., as deemed appropriate.

3.5. Disposition of Materials Removed All components removed from the equipment shall remain the property of NCDOT; NCDOT will provide disposition instructions to the Contractor. Certain materials will be specified within this RFP to be returned to NCDOT as "spare parts".

3.6. Locomotive Weight Locomotive weights shall be determined by the Contractor prior to rebuild. The Contractor shall weigh the locomotives, and/or calculate the finished weight using an approved scale or approved means of calculation, to ensure that the brake and suspension systems are correctly configured and center of mass/center of gravity are acceptable. Weight calculations and/or tickets shall be provided to NCDOT prior to final acceptance.

3.7. Drawings / Documentation

3.7.1. Contractor Documentation The Contractor shall supply an updated master list of drawings of all locomotive systems concurrent with delivery of the locomotives to NCDOT. Drawings shall reflect the rebuild requirements of this procedure, and shall indicate modifications to original systems where applicable. Drawingsshall include at a minimum: • Electrical schematics-all systems • Electrical wiring run listings • Air piping schematic • Mechanical systems • Structural components • Cab arrangements • Clearance diagrams • Locomotive general arrangement • Paint & styling • Any additional detail drawings necessary for operational maintenance of the locomotive.

Other documentation supplied by the Contractor shall include: • Electronic Fuel Injection (EFI) manufacturer installation instructions and manuals • Dual Fuel Retrofit (DFR) manufacturer installation instructions and manuals • Traction motor specification sheets and component lists • Specification sheets for third party sourced items • Locomotive rebuild quality control documentation • Test and inspection forms/results (See section 5) • EPA certifications

12/30/2014 UNCONTROLLED WHEN PRINTED Page 8 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

• Component warranty documents

The Contractor shall coordinate efforts with NCDOT Mechanical Engineering to create a customized locomotive manual and information book which shall include each item listed in this section.

3.7.2. Bill of Materials The Contractor shall provide a final Bill of Materials (BOM) for all items used in the rebuild process. Specifically, this Bill of Material shall include applicable drawing numbers, descriptions of items/materials, quantities required, and other information required by NCDOT for ordering replacement material or maintaining the equipment. Any new materials and/or new vendors shall be indicated accordingly on the BOM. 4. REBUILD WORKSCOPE 4.1. General Requirements

4.1.1. General All rebuild work shall be performed in accordance with the requirements indicated below. Whenever possible, this specification has been written to ensure that these rebuilt locomotives will be functionally equivalent to NCDOT’s existing locomotives. NCDOT will provide Contractor with all necessary locomotive parts lists prior to beginning the rebuild process. As indicated previously, Contractor shall only use parts defined in this specification; substitution of parts requires prior written permission from NCDOT.

A. The locomotive superstructure and major component configuration shall match NCDOT’s existing F59PH locomotives in form and function unless otherwise indicated in this specification, and shall make every possible provision for safety of employees, for maximum ease and safety of passage through the locomotive and for ease of cleaning and maintaining. B. Maintainability of the locomotive and associated equipment shall be given prime consideration by the Contractor throughout the rebuild process. C. No component of the locomotive shall require scheduled periodic maintenance more than once every ninety-two (92) days, excluding normal inspection and servicing. D. The Contractor shall ensure that all systems and sub-systems designed into the locomotive shall incorporate all available features of installed equipment. E. The reconditioning of major components shall be in accordance with the original equipment manufacturer (OEM) or approved reconditioners latest instructions, subject to NCDOT acceptance. F. Workscopes for all major component rebuilds shall be provided in the proposal, and shall be adhered to by the Contractor. For any major components not indicated in the proposal, the Contractor shall provide a work scope to NCDOT for approval prior to beginning work. G. Replacement parts for major components, including main engine, rotating electrical, cooling, fuel, lubrication and air systems shall be OEM approved. Note – NCDOT requires that all parts supplied or reconditioned be of OEM quality. This applies to parts purchased from the OEM or third party vendors. NCDOT reserves the right to have the contractor provide documented proof of OEM quality parts if requested. H. Where components or assemblies are specified to be reconditioned or Unit Exchanged (UTEX), the Contractor may, upon approval from NCDOT Mechanical Engineering, supply new material. I. The Contractor shall ensure that any and all purchased components are delivered with a Certificate of Conformance (CoC) from the OEM, and shall provide the CoC to NCDOT for review upon request.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 9 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

4.1.2. Accessibility A. Any component requiring frequent inspection or attention shall be readily accessible and replaceable. B. As part of the general requirements for safe construction, the Contractor shall ensure to the maximum extent possible that there are no sharp edges, corners, or other personnel safety issues any place on the locomotive where operators and/or maintenance personnel may come into contact and be harmed by such.

4.1.3. Safety Appliances All steps, grab irons, and other safety appliances must comply with current FRA requirements andAPTA standards, and shall match NCDOT’s existing black and white color patterns.

The Contractor shall perform the inspections required per 49 CFR 238.229 and 238.230, and shall produce all required documentation accordingly for NCDOT’s submission to the FRA.

NCDOT requires that all welded safety appliances be both welded and bolted to the carbody structure. This includes steps, handholds, grab irons, hand rails, and deck stanchions. Contractor shall note the welding and bolting of safety appliances on NCDOT’s existing PH locomotives, and shall replicate these configurations on the new locomotives. NCDOT Mechanical Engineering personnel will provide Contractor with specific instructions regarding safety appliance welding and bolting as needed.

4.1.4. Work Scope Overview A. The following preliminary work shall be accomplished prior to the overhaul of the locomotive: 1) Perform a comprehensive inbound inspection on the locomotive. 2) Perform a direct current ground insulation megger test and a high potential ground insulation test on all electrical systems/components as appropriate. 3) Perform a load test on the prime mover. 4) Prepare a Preliminary Work Scope for NCDOT approval.

B. Stripping of the locomotive shall include: 1) Removal of roof hatches, carbody panels, all major components, assemblies, windows and parts included in the work. 2) Cleaning of the entire remaining frame and cab structure to a paintable surface that shall comply with the painting, lettering and warranty requirements.

C. The associated locomotive Rebuild Component Matrix indicates the rebuild requirements for all locomotive parts in terms of reconditioning, replacement, and installation of new parts. Definitions of the categories shown in the Component Matrix are as follows:

Replace shall mean to install either a new component or a component that has been restored to like-new condition. For parts that are checked both Replace and New, restored components cannot be used, only new components are allowed.

Recondition shall mean to restore the existing component to like-new condition in accordance with all applicable specifications governing proper functionality.

New shall mean to install a new, never before used component.

Remove shall mean to eliminate the component from the locomotive.

Test shall mean to perform all required testing on a component to determine proper functionality, and restore the component to working order accordingly. Contractor shall

12/30/2014 UNCONTROLLED WHEN PRINTED Page 10 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

provide documented proof of test results to NCDOT for all components requiring testing.

If at any point during the rebuild process there are concerns by the Contractor regarding the appropriate course of action regarding the rebuild requirements of any specific components, stop work and contact NCDOT Mechanical Engineering personnel for a resolution prior to proceeding.

In addition to the above, the following work must be accomplished on all locomotives prior to return shipment to NCDOT: 1) The locomotive must be thoroughly cleaned, grit blasted as appropriate, primed, and painted. Refer to NCDOT document CES 0001413CStandards & Practices for Railcars and Locomotives provided in Attachment D for surface treatment procedures. 2) Load test prime mover and main generator. 3) Load test head end power unit. Note – Load test results shall be provided to NCDOT Mechanical Engineering personnel prior to NCDOT's final inspection of both locomotives. 4) Prepare locomotive for shipment. 5) Functional road tests of locomotive with train consist or equivalent load.

4.1.5. Maintenance Instructions The latest revision of EMD Maintenance Instructions shall govern the reconditioning of major components identified in this specification, supplemented by the manufacturer's procedures which must be submitted for review and approval by NCDOT Mechanical Engineering. NCDOT can provide EMD maintenance instructions upon request by the Contractor.

4.2. Component Requirements

4.2.1. General A. Workmanship 1) Joining Surfaces - All joining surfaces shall be clear and free from dirt, grease, scale and other contaminants prior to attachment or joining. 2) Operating Environment - All materials used in the overhaul of the locomotive must be chosen to economically and safely achieve their function over the design life and operating environment of the locomotive. 3) Interior Cleaning - Fabrics and other non-metallic materials shall not be affected by industrial compounds used for cleaning such materials. When any commonly used cleaner or lubricant will be detrimental to any material, it shall be noted in the service support manuals.

B. Cleaning During Locomotive Overhaul 1) During locomotive overhaul, adequate care shall be taken to prevent debris from entering areas such as tubing, piping, air brake system, electrical wiring, etc., or accumulating in any other areas that become inaccessible after subsequent assembly. 2) A final cleanup shall be made immediately prior to the return shipment to ensure that all debris, dirt, and trash are removed.

4.2.2. Galvanic Corrosion

Where dissimilar metals are in contact, the Contractor shall apply necessary treatment to prevent electrolytic corrosion. A. Steel Surfaces 1) Steel Castings - Steel castings shall be sound throughout, in accordance with accepted industry practice. When castings are found to be porous or otherwise unsound, they

12/30/2014 UNCONTROLLED WHEN PRINTED Page 11 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

shall be replaced. Castings may be repaired upon approval by NCDOT Mechanical Engineering personnel. 2) All steel castings used in the truck structure shall be made of electric furnace or controlled open hearth steel and heat treated. B. Contractor shall use appropriate shielding/sheathing material, i.e. cork, rubber, etc. to separate surfaces of dissimilar metals, such as steel and aluminum.

4.2.3. Rubber Window and Door Sealing - The compounding of the rubber shall preclude discoloration or staining of neighboring areas, particularly from water drainage. Foam shall be at least 3/8” thick and shall be secured properly, but not excessively, to create a proper water barrier.

4.2.4. Glass The front windshield and rear door window shall conform to FRA 49 CFR part 223, Type I requirements; side glazing shall conform to FRA 49 CFR part 223, Type II requirements. Glass shall match the tint and color of NCDOT’s existing F59PH locomotives. Contractor shall ensure glass is properly oriented per OEM installation instructions and any indicators shown on the glass.

4.2.5. Wiring A. NCDOT will provide a full locomotive wiring schematic to the successful bidder upon award of the RFP. The new locomotives shall be wired precisely to the schematic. Any issues encountered during the wiring process shall be addressed with NCDOT Mechanical Engineering personnel and a solution determined prior to proceeding. The contractor is additionally expected to note the setup of all wire sizes, routing of conduit, location of terminal boards, wire harnesses, etc. and use these as a guide to the setup of the new locomotive. Any issues realized during the locomotive rebuilds that will preclude an equivalent setup should be brought to the attention of NCDOT Mechanical Engineering personnel. B. Wire for control and auxiliary circuits shall be 16 gauge or greater. Smaller gauge wire may be permitted for wiring within auxiliary control units and electronic units as approved by NCDOT Mechanical Engineering personnel. C. All wiring harness will be adequately secured and protected from chafing. D. No splicesor butt connectors are allowed. E. Wire and cables shall be secured, clamped, or booted to avoid rubbing due to locomotive vibrations. F. Grounding - All electrical circuits shall be completely insulated from locomotive structure. G. Terminals - Terminals for wire and cable shall be of the crimp or soldered type. H. Service loops in wiring at terminal board connections shall be provided. I. Wire shall be routed to minimize the chance of breakage at any point along the run. J. All excess and/or unused wires shall be removed.

4.2.6. Conduits, Junction Boxes and Fittings A. Bend radius of all conduits shall be as large as possible to facilitate wire pull through. Conduit bends shall be by machine, without wrinkles on the inner surface of the bend. Conduit fittings at boxes or bulkheads shall have plastic inserts to protect wiring from damage due to abrasion on sharp edges. B. Suitable loops shall be provided in the conductors at the equipment compartments to further minimize the possibility of the entry of water. Where such conductors pass through a structural or other members they shall be sufficiently insulated/protected from damage due to chafing or other causes. C. All covers for underframe fittings pull and junction boxes, etc., shall be new gaskets. Fasteners used to retain covers shall be stainless steel. Use of tapped holes with threaded fasteners shall be avoided. Anchor nuts or retaining tap plates shall be provided. Interior of boxes shall be painted to protect against condensation and corrosion.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 12 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

D. All terminal blocks shall be permanently identified including those on sub-contractor supplied equipment. Identification shall be in accordance with pertinent schematic wiring drawings. E. For maintenance purposes, access to junction boxes, panels, and other wiring areas shall be as easy and simple as possible. F. All wiring external from equipment lockers shall be enclosed in raceway or in rigid or flexible conduit. (Except at air dryers and magnet valve locations where suitable multi-conductors shall be provided.)

4.2.7. Welding A. The Contractor shall be responsible for the quality of all welding and brazing, including any welding performed by sub-contractors or other third-party personnel. B. All welders shall have been tested and certified to AWS Standards and also to any Contractor’s Standards or Requirements. Proof of welding certification shall be provided to NCDOT upon request. C. The Contractor shall provide protection from weld spattering onto areas adjacent to the welds, particularly onto functional equipment. D. Cleaning - Before welding of any sort is started, parts to be joined shall be properly cleaned of coatings and films such as rust, oxide, mill scale, oil, grease, corrosion products and other foreign materials. Any corrosion protection removed for welding shall be replaced after welding is completed. E. Any safety appliances welded to the carbody shall be meet the welding and bolting requirements specified in Section 4.1.3.

4.2.8. Piping and Tubing A. Air Brake Piping Materials - Locomotive body air piping shall conform to the AAR Standards and recommended practices on brakes and brake equipment. Procedures for cleaning air brake piping before welding, after welding, and before valves are installed shall conform to the current AAR standards. B. Joints and Fittings - Fittings of wrought copper or cast brass may be used. Flare fittings shall be used for any removable equipment. C. Routing and Clamping - All piping shall be installed in a manner allowing for efficient maintenance. It shall be so routed as to preclude or minimize moisture accumulation and to minimize damage from outside sources. Sufficient clamps shall be installed to prevent vibration and rattling. D. Water, Fuel and Oil Piping Materials - All piping material shall be in accordance with accepted industry standards. Flexible hoses shall be entirely new and shall not be painted.

4.2.9. Lubricants A. Lubricating Oil and Grease – All lubricants shall be consistent with OEM requirements for the associated component(s). Under no circumstances shall any lubricants be substituted without prior written consent from NCDOT Mechanical Engineering personnel, and only then after quantitative proof by the vendor that the substituted lubricant shall not cause any detrimental effects. Unauthorized or incompatible lubricants can lead to leakage and/or component degradation; if any instances of this are found NCDOT reserves the right to have the entire component replaced at the vendor’s expense. 1) Approved Lubricants: a. Brake Cylinders -- Air brake cylinder grease to AAR Spec. M-914 b. Hand brakes -- locomotive crankcase oil c. Air Compressor Crankcase – Shell Turbo T 32, Part No. 65602 d. Battery Terminals - Rustproof "L" Texaco e. Bell Ringer -- Dow Corning type "A" Valve seal f. Center Castings -- Journal Box Oil per AAR Specification M-963 g. Engine Crankcase -- Shell Caprinus XT40WT, Part No. 54263 h. HEP Engine Crankcase – Shell Rotella T multigrade SAE 15W – 40, Part No. 50012

12/30/2014 UNCONTROLLED WHEN PRINTED Page 13 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

i. Hardware -- Doors & Window - SAE 10W Oil j. Journal Bearings -- To AAR Spec. M-942 k. Shutters & Linkage -- MP Lithium Grease NLG1 #2, Imperial Unirex EP-2 or Texaco Marfak MP-2 l. Traction Motor Gear Cases – Mobile SHC 6800 CPI No. 3 2) All electrical rotating equipment, mechanical blowers and fans shall be equipped with sealed grease lubricated bearings where possible. 3) Lubrication - The Contractor shall make certain each moving part and component is adequately lubricated for railway operation using approved lubricants.

4.3. Major Locomotive System Requirements Locomotives systems shall be rebuilt to be functionally identical to NCDOT’s existing F59PH locomotives unless otherwise specified below. Contractor shall use the attached Component Matrix provided in Appendix B as the primary reference regarding replacement and renewal of locomotive system components.

4.3.1. Trucks and Truck Brakes A. Trucks shall be totally rebuilt in accordance with all applicable EMD maintenance instructions. Specific components shall be replaced or reconditioned in accordance with the Component Matrix. B. Trucks shall be disassembled, sandblasted to bare metal, and all parts intended for re-use thoroughly cleaned and visually inspected. C. All dimensions shall be restored to OEM standards. D. Tram of frames shall be checked in accordance with approved procedures. E. Frames, swing hangers, bolsters and spring planks shall be magnafluxed. F. New composition brake shoes shall be installed. G. All new brake pins and bushings shall be provided which shall be hardened and ground.

4.3.2. Wheels and Traction Motors A. All traction motor assemblies and associated wheelsets shall be rebuilt in accordance with the Component Matrix. B. Existing traction motors shall be unit exchanged and replaced with D87B traction motors with a gear ratio of 57:20. Contractor shall ensure the correct 20 gear pinion is used to avoid chatter and interference of mating gears. Traction motors shall be tested to ensure correct gear meshing. C. Wheelsets shall have a 1:40 taper profile. D. Traction motors U-tube housing shall be drilled and tapped to accommodate a hot bearing sensor, matching NCDOT’s F59PH locomotives. E. A hot bearing system shall be installed with provisions for visual and audible notification in the cab. F. Traction motors shall be painted black. G. Contractor shall provide a bill of materials including part numbers and suppliers for traction motor components as part of the final documentation package.

4.3.3. Sanding Equipment A. All sanding equipment shall be rebuilt in accordance with the Component Matrix. B. Sanding nozzles, piping and all associated equipment shall be completely removed from Axles 2 and 3; only Axles 1 and 4 shall have sanding equipment. C. Sanding button (manual sanding) shall be push-button style. D. Sanding switch shall be on/off style switch.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 14 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

4.3.4. Windshield Wipers A. Air operated wipers and associated component shall be retired, removed from the locomotive, and replaced with electric wipers. B. Equipment shall be rebuilt in accordance with the Component Matrix. C. All windshield wiper motors shall be returned to NCDOT.

4.3.5. Horns and Bells A. The existing horn shall be removed and a new Five Chime Nathan horn shall be installed. B. All five horn trumpets shall remain oriented toward the front of the locomotive. C. Currently the bell is located above the center windshield. The bell and bell bracket shall be removed from their current location. The bell shall be returned to NCDOT. A new Graham White (373-011) electronic bell shall be installed behind the pilot on the undercarriage of the locomotive, identical to NCDOT’s current F59PH locomotive #1893.

4.3.6. Air Brake System and Auxiliaries A. The entire power brake system, including all valves, valve portions, cocks, dirt collectors, filters, piping, hoses, and all related components shall be rebuilt in accordance with the Component Matrix and shall meet the requirements defined in 49 CFR 229 (The activity scope and vendor to be reviewed and approved by NCDOT Mechanical Engineering personnel). All air brake component work shall be done at an AAR approved facility. B. The rebuilt braking system shall operate in complete compatibility with the existing NCDOT rail fleet in consists of one (1) to seven (7) passenger cars equipped with 26-F brake equipment. C. Brake cylinder hoses and emergency brake valve hose under floor, behind cab, air conditioning unit, and all trainline hoses shall be new AAR approved. D. All hoses shall be clamped and secured from vibration and rubbing. E. The existing handbrake mechanism shall be replaced with a Graham-White SafeSet locomotive parking brake. F. Existing 8” cylinders shall be removed and retired. New 9” brake cylinders shall be installed with brake pressures matching existing PH locomotives.

4.3.7. Air Compressor and Air Dryer A. The locomotive air compressor, air dryer, and all related system components shall be rebuilt in accordance with the Component Matrix. B. The air compressor governor switches shall be adjusted to maintain reservoir pressure between 130 and 140 psi. C. All piping to AC heads, unloaders and intercooler shall be stainless steel braided hose. D. The filler plug shall have provision for sealing. E. The air compressor J-1 Safety valve shall be set at 175 psi (1206kPa) in accordance with the requirements of 49 CFR 229.49.

4.3.8. Main Reservoir A. The main reservoir and all associated system components shall be rebuilt in accordance with the Component Matrix. B. Main reservoirs (main res) shall be hydrostatically tested to 300 psi in accordance with the procedures of 49 CFR 229.31. C. The main res J-1 Safety valve shall be set at 150 psi (1034 kPa) in accordance with the requirements of 49 CFR 229.49. D. Control and equalizing reservoirs shall be inspected and tested in accordance with 49 CFR 229.31.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 15 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

4.3.9. Trainline Cables and Jumper Cables A. The existing 480V HEP cabling shall be removed and replaced with Amtrak standard sized 480V cable in accordance with the Component Matrix. Contractor will be provided with required documentation to ensure proper wiring, and will be provided an opportunity to view the wiring setup as needed on NCDOT’s current locomotives. NCDOT Mechanical Engineering personnel will assist as needed in ensuring all cabling is properly implemented. B. All associated HEP cabling components, supports, etc. shall be rebuilt in accordance with the Component Matrix. C. HEP cables shall be properly secured to prevent rubbing on adjacent components. D. Front end HEP cables shall be secured at the midpoint of the loop by a cord secured to a hook fixed to the anti-climber. Cables shall not rest on plow. E. Locomotive COM cabling shall be wired to match NCDOT’s F59PHIs. F. 480V cables shall be plug in and not screw in, functionally identical to NCDOT’s existing 480V cables. G. Boxes shall be installed on the rear of the locomotives to house rear hoses, identical to NCDOT’s existing F59PH locomotives. H. Rear 480V cables shall be installed such that they can be easily replaced in case of a cable plug becoming damaged, i.e. cable splice points shall be accessible in the undercar area below the HEP. Contractors will be given an opportunity to view NCDOT’s existing locomotive setup in order to view the desired cable configuration.

4.3.10. Receptacles A. All HEP, COM, and MU receptacles, and associated components shall be rebuilt in accordance with the Component Matrix. B. Contractor shall ensure all HEP, COM, and MU receptacles are in the correct locations to match existing NCDOT locomotives. C. Existing MU receptacle assemblies shall be cleaned, inspected, tested, and renewed as required. D. Existing HEP receptacle assemblies shall be replaced with 480VAC receptacles. Cables shall be installed from the receptacle to a junction box at each end underneath the locomotive in a location to facilitate convenient receptacle replacement. Each cable shall be equipped with safety disconnects between the plug and junction box. E. The Contractor shall assure that the existing 27 point communications receptacle assemblies and associated wiring are Amtrak and NCDOT existing equipment compatible. Communications cable components shall be cleaned, inspected, tested, and repaired or renewed as required. F. Appropriate warning and identification of all receptacles shall be provided on each end of locomotive. G. Contractor shall ensure that the locomotive can be plugged into ground power from either side.

4.3.11. Fuel System A. The fuel system, fuel gauges, emergency cutoff system, and all other associated components shall be rebuilt in accordance with the Component Matrix. B. A fuel monitor that is compatible with the locomotive Wi-Tronix system shall be installed, in the same location above the fuel tank as on NCDOT’s current locomotives. C. The fuel tank shall be steam cleaned and rock guards added (as on NCDOT 1893) to prevent damage during travel. D. Support brackets shall be added to the fuel neck to prevent cracking at welds. Contractor shall be given an opportunity to view NCDOT’s current fuel tank brackets and shall ensure rebuilt locomotives match accordingly.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 16 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

4.3.12. Layover Heating E. Water and oil layover heating system components shall be reconditioned in accordance with the Component Matrix.

4.3.13. Radio and Communications A. A two-piece remote mount radio and associated digital communications system components shall be installed in accordance with the Component Matrix and programmed to use AAR frequencies. B. A new FRA approved 54300-113 crash-hardened Bach Simpson event recorder shall be installed on each locomotive. Event recorders shall be equipped with the J12 serial port enabled for PTC Legacy Link communication for PTC IETMS interface. Contractor shall supply the event recorder.

The NCDOT contact for Bach Simpson event recorders is:

Steve Foley Bach-Simpson Product Specialist P.O. Box 5484 109 Meg Drive 519-452-3200 x143 London, Ontario [email protected] CANADA N6A 4L6

C. An Amtrak compatible Wi-Tronix system shall be installed in the locomotive. Contractor shall ensure the system functions properly with the Amtrak Wi-Tronix network. D. The radar shall be positioned at 37.5 degrees. E. A Vehicle/Track Interaction (VTI) Monitoring System that meets the requirements of section 5.8 of the PRIIA specification as show in Appendix I shall be installed on the locomotive.

4.3.14. Pneumatic Components A. All pneumatic components and related equipment shall be rebuilt in accordance with the Component Matrix.

4.4. Electrical Requirements

4.4.1. Rotating Electrical A. All locomotive rotating electrical components, e.g. AR15 Generator/Alternator, shall be reconditioned in accordance with the Component Matrix.

4.4.2. Electrical, Wiring, Control and Lighting A. Wiring - General 1) All new wiring conductors shall be stranded copper conforming to basic standards of APTA, FRA, AAR and U.L. 2) All wiring and associated components shall be rebuilt in accordance with the Component Matrix. 3) Each wire and cable shall be clearly marked at both ends adjacent to the terminals with designation according to the wiring diagram with a permanently marked sleeve or permanent stamping on the conductor jacket. The location of wire identifications shall allow for the requirement of three renewals of terminals if required. 4) All wiring shall be supported to prevent undue strain. Sufficient extra wire shall be provided at all terminal points to allow three renewals of the terminals as required. The extra wire shall be neatly dressed back into the wiring bundles. 5) Wiring bundles shall be liberally supported and secured with self-locking nylon straps of suitable width to prevent cutting of the wire insulation. Wiring bundles shall be harnessed

12/30/2014 UNCONTROLLED WHEN PRINTED Page 17 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

and suspended clear of the locomotive floor and routed away from areas of contamination such as the alternator and engine sumps. 6) All panel board wiring shall be applied in a neat and secure manner. 7) Wires entering or leaving electrical cabinets shall be protected from chafing by a nipple - bushing arrangement. 8) All wiring circuits shall be tested to verify continuity, proper polarity and integrity of insulation after assembly and installation of all equipment. The Contractor shall submit to NCDOT a test plan for review and approval, and shall provide the test results to NCDOT. 9) Wires shall not rub on metal surfaces and shall be secured with clamps or rubber boots to avoid excessive wear and chafing over time due to locomotive vibrations.

B. Electrical Control Cabinets 1) The electrical control cabinets, contactors, transfer motors, contact tips, and all associated equipment shall be rebuilt in accordance with the Component Matrix. 2) ROM cards and software shall be updated to function with upgraded locomotive systems.

4.4.3. Battery System A. Batteries shall be removed by NCDOT prior to departure of locomotives from Capital Yard. B. New batteries shall be installed in accordance with the requirements of the Component Matrix. Batteries shall be lead acid Exide single four-cell batteries with 500 A-h or greater capacity with an 8-hour discharge rate. C. A new trickle charger system shall be installed in accordance with the requirements of the Component Matrix.

4.4.4. Lights and Lamps A. All lights and lamps shall be rebuilt in accordance with the Component Matrix. LED lights are to be used wherever possible. B. New engine room panel lights shall be high heat resistant and vibration resistant 120V LEDs. C. Engine room lighting will be wired such that the engine room lights can be powered from either standard locomotive power or a 120V external source. D. All road number box lights, step lights, ground lights, platform lights, and marker lights shall be impact-resistant LEDs.

4.5. Engine Systems Requirements

4.5.1. Prime Mover A. The prime mover shall be rebuilt and reconditioned to meet Tier 0+ in accordance with the Component Matrix. Upgrades to locomotives shall include Tier 0+ compliant EMD approved , EFI system and components listed in section 4.5.2, and related hoses and piping. The prime mover shall have a self pre-lube system that includes main bearing pre- lube capability and piston cooling capability. The system shall be designed such that either capability can be selected individually or both operated simultaneously. B. The prime mover shall receive a 12N crankcase conversion kit upgrade as shown in Appendix H. This kit shall be sourced and provided by NCDOT. The Contractor shall coordinate Engineering and technical assistance with EMD. Contractor shall ensure that crankshaft and camshaft bearings have proper counterweights and all components comply according to EMD kit 40173360 installation instructions. C. Firing order for the engine shall be a standard 1-7-4-10-2-8-6-12-3-9-5-11 with degrees of 0- 45-60-105-120-165-188-225-240-285-300-345 as per the EMD 12N Crankcase Conversion Instructions. D. Prime mover mounts shall be repaired if defective and reinforced. E. Isolators shall be replaced. F. The Tier 0+ emissions rating shall be indicated in cab signage.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 18 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

G. Engines shall be cleaned and masked as necessary and given one coat of high temperature primer and two coats of high temperature light gray color DuPont paint, DuPont Tufcote #917 part number 917M24260. Contractor shall take special care to ensure that all part serial numbers remain clearly visible after painting. H. A replacement data plate shall be attached to the side of the showing the name of the rebuilder, the date of the remanufacture, the serial number of the engine, and any other pertinent information. An emissions certification data plate shall also be installed adjacent to engine remanufacture data plate.

4.5.2. Electronic Fuel Injection (EFI) and Control System A. The Contractor shall include cost estimates from potential suppliers of the new EFI system. The EFI supplier options recommended by NCDOT are Peaker Services and Interstate- McBee. The Contractor shall submit technical information on the EFI system components and capabilities with their bid to NCDOT. Tier 0+ EPA certifications and/or test exemption documentation shall also be provided to NCDOT.

Contact information for Peaker Services and Interstate-McBee are:

Peaker Services: Interstate-McBee: Keith Mellin Jerry Jones [email protected] [email protected] m: 248 760 9812 m: 216 702 1774 o: 248 437 4174 x107 o: 216 535 0266

B. The following components are recommended to be included as part of the EFI upgrade of the prime mover: • Power packs • Injectors • Fuel pump • Aftercooler • Rockers • Camshafts • Flywheel speed sensor components • Control and electrical cabinets • Associated control cabling C. The EFI control system shall include AESS and engine monitoring features displayed on an in cab mounted screen. D. New starter motors shall be provided which are to be compatible with the new EFI system.

4.5.3. Engine Cooling and Temperature Control System A. All engine cooling and temperature control system components shall be rebuilt in accordance with the Component Matrix.

4.5.4. Head End Power A. NCDOT has received a grant from the North Carolina State University - NC Clean Energy Technology Center that will be used toward the purchase of a CAT C15 HEP engine and generator for each locomotive. NCDOT shall purchase this equipment separately, and ship the HEP engine and generator to the Contractor for installation. B. Existing CAT3412 HEP engines and generators will be removed by NCDOT before locomotives depart Capital Yard Raleigh. New CAT C15 engines and generators shall be installed at Contractor's shop in accordance with the Component Matrix. C. Contractor shall take special care to ensure that all new HEP components are properly wired. NCDOT Mechanical Engineering personnel will work with Contractor personnel as needed to ensure proper wiring.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 19 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

D. Per Attachment A, The Contractor may at their discretion elect to utilize the HEP supplier’s offer to provide on-site technical support during HEP installation. Contractors who choose this option should include the cost for on-site technical support indicated in Attachment A as a specific line item in their bid package. E. HEP packages/skids shall be mounted on vibration isolation pads. F. HEP system shall be wired to the locomotive battery charger to provide trickle charge functionality.

4.6. Carbody Requirements

4.6.1. General A. All carbody components, including the underframe, interior body, exterior body, car ends, and all similar surfaces shall be rebuilt in accordance with the Component Matrix. 1) Repair or replace any structural or supporting member whose cross- sectional area has been reduced by 10% or more. 2) Insulate and weatherproof the finished locomotive to meet all applicable FRA standards. 3) Drain holes, weather stripping, sealants, and similar measures shall be used to prevent premature carbody deterioration. 4) Small tears, holes and cracks that have penetrated through the car body sides, ends and roof shall be welded closed, the area grit blasted clean, body putty applied and ground smooth, and the area primed in preparation for painting. 5) Minor dents, deep scratches, brush-burns, and corroded areas, that would be noticeable after finish painting shall be grit blasted clean, body putty applied and ground smooth, and the area primed in preparation for painting. 6) Where corrosion has penetrated more than 40% of the base metal, the affected area shall be removed and replaced with new material of equivalent thickness. 7) All welds in car body side sheets shall be ground smooth. Particular attention shall be given to minimize distortion of side plates during welding. 8) Hollow areas, dents and voids shall be properly filled and ground smooth to present an unblemished finish. 9) AEI tags will be removed prior to cleaning and painting. NCDOT will provide new AEI tags. 10) Underframe shall be thoroughly cleaned and inspected for cracks and alignment, including center of bolsters, and all defects shall be corrected. The underframe and structural components of the finished locomotive shall be equivalent to new for the collision strength of the overhauled locomotive. 11) Unused wayside receptacles and mounting brackets shall be removed and retired with the exception of the 120V receptacle located on the side of the long hood. 12) Hallway between cab and engine room must have grate and anti-skid plating. 13) Rear view mirrors must have manual adjustment capability. 14) A new NCDOT-provided snowplow shall be installed to match current F59PH locomotives. 15) Proper surface treatments shall be applied to interior areas to eliminate possibility of corrosion. 16) Roof hatches (dynamic brake, main engine cooling, HEP, etc) shall be sealed and joints weatherproofed.

4.7. Cab Requirements

4.7.1. Interior A. All cab interior structures and components, i.e. ceilings, walls, flooring, windows, doors, etc. shall be rebuilt in accordance with the Component Matrix.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 20 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

B. Ceilings, side sheets, underfloor, and short hood compartments shall be thoroughly cleaned and repainted. Contractor shall ensure that all cab surfaces are completely cleaned of all dust and debris prior to painting. C. Cab ceiling structure shall be modified to accommodate the new Dayton Phoenix AC unit. Area shall be weather sealed and tested. D. Cab steps shall have all corrosion repaired and non-slip treatment applied. E. Replace existing cab flooring with Norament 925 Grano 4882 banded agate color pattern. F. Interior of main compartment shall be completely repainted and all letters, placards and decals renewed according to FRA regulations. G. Contractor shall ensure that all cab materials and components comply with the smoke and flame requirements indicated in 49 CFR Part 238.103 and shall provide documentation accordingly to NCDOT.

4.7.2. Cab HVAC System A. Cab heating system shall be reconditioned in accordance with the Component Matrix. B. A new Dayton Phoenix cab air conditioner shall be installed with 407C refrigerant. C. Contractor shall ensure that cab drain system is installed properly using ½” drain line, and angled properly to ensure proper condensate drainage. D. Cab auxiliary heater on fireman’s side shall be removed.

4.7.3. Insulation and Sound Levels A. Cab insulation shall comply with the smoke and flame requirements indicated in 49 CFR Part 238.103 and shall meet the acoustic requirements of 82 ± 2dB on a time weighted, duty cycle basis.

4.7.4. Engineer’s Control Console A. The engineer’s control console and all associated gauges and other controls shall be rebuilt in accordance with the Component Matrix. B. Gauge labels shall be on the control stand adjacent to the gauge, and not on the gauge itself. C. A new TMACS alerter system shall be installed on engineer’s front console within 20° downward of engineer’s forward sight line. D. New PTC display equipment shall be installed as provided by Wabtec installation instructions.

4.8. Paint and Styling Requirements

4.8.1. Paint, Painting and Lettering A. The locomotive shall be completely painted in accordance with the locomotive exterior paint scheme including logos and striping. Locomotive number boards and other exterior lettering to comply with NCDOT’S configuration. NCDOT Mechanical Engineering shall provide paint and styling diagrams (NCDOT document CED 0001535A in Attachment B). See NCDOT document CED 0001413Cin Attachment D for more detail on exterior finish standards. B. The Contractor shall provide the following: 1) Contractor shall remove all windows and windshields before painting. 2) Materials and General Requirements - Painting materials shall be applied according to the recommendations of paint manufacturer including cleaning and material preparation. 3) All surfaces to be painted will be as free as possible of surface blemishes that may detract from the finished appearance. 4) All exterior painted surfaces shall have a four-coat paint application consisting of one primer coat, two finish coats, and a clear coat. Interior painted surfaces shall have a minimum of two coats. 5) Interior signs and equipment markings shall be rigid labels securely applied, or decals or vinyl lettering.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 21 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

6) Exterior Painting – The Contractor shall paint the exterior of the carbody using DuPont "IMRON" polyurethane paints or equivalent as approved by NCDOT, of approved colors to the approved NCDOT paint scheme. 7) Equipment, except couplers and draft gear, outside the locomotive body, including end sills, shall be painted black. Underfloor equipment and structure, except control equipment, shall be given at least two coats of rust preventative paint. The underframe structure shall be cleaned of all sandblast residue, scale, flux, etc. and Prime painted before application of primer and paint. 8) Interior Paint - The interior of the locomotive shall be painted gray using DuPont Tufcote #917 part number 917M24260. 9) Trucks – The Contractor shall apply one coat of metal primer on all exposed surfaces of trucks, except the wheels, axles, exposed neoprene and brake shoes. Before priming, the Contractor shall remove all accumulated dust, dirt or other foreign matter by means appropriate to the purpose and shall then spray and air dry a final coat of light-bodied approved truck paint, of a type that will not conceal cracks that may develop in service. Wheels, axles, exposed elastomers and brake shoes shall not be painted. 10) Equipment Compartment and Lockers - The inside of all control equipment compartments, electrical lockers and junction boxes shall be sandblasted down to bare metal, thoroughly cleaned, and receive at least two coats of an approved white paint. Painting over debris is strictly prohibited and will be subject to rejection upon inspection by NCDOT personnel. 11) Battery Enclosure - Metal battery enclosure(s) shall be coated on all exterior surfaces two coats of paint, and the interior coated with Rhino Liner® or equivalent. 12) Lettering and Numbering - Lettering, numbering and logos shall be applied to the exterior and interior as applicable, subject to review and acceptance by NCDOT. Circuit breakers, switches and gauges shall be properly and clearly identified. All electrical items such as terminal blocks, relays and resistors shall be clearly and permanently identified per applicable locomotive or subcontractor wiring drawings. 13) Tags and Stenciling - All FRA required stenciling shall be provided, in conformance with FRA requirements. Raised letter identifying tags shall be applied at all external air and electrical receptacles, and hoses. 14) The locomotive exterior shall include renewed reflective red tape. See paint scheme for details. 15) The locomotive shall be renumbered and named as follows: RNCX547 shall be 1871 Town of Cary RNCX551 shall be 1984 City of Kannapolis 16) All existing numbering on the locomotives shall be replaced with these new road numbers and the unit names placed consistent with NCDOT provided paint and styling diagrams. 17) Paint applied above and below deck shall be free of orange peel, overspray, and runs. Contractor shall ensure all areas under the locomotive receive sufficient primer and paint. Close attention should be paid to areas around steps, above traction motors, center sill flanges, bolster beam areas, backsides and top of piping and conduit. 18) Exterior decals shall be applied on top of clear coat layer and edge sealed. 5. INSPECTIONS AND TESTING 5.1. Required Tests Prior to final acceptance, tests shall be performed in accordance with previously submitted and approved test procedures. The results of these tests must demonstrate compliance with all FRA test and specification requirements.

5.1.1. General System Tests Unless otherwise specified, the Contractor's standard test procedures for this locomotive shall apply. To expedite Final Acceptance, test procedures to be used shall be reviewed by NCDOT Mechanical

12/30/2014 UNCONTROLLED WHEN PRINTED Page 22 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Engineering personnel prior to testing. Test results shall be submitted to NCDOT Mechanical Engineering personnel for review and approval. The following tests shall be performed on the locomotive and components: A. Functional Test B. Brake Tests 1) Hand Brake Test – The hand brake on the locomotive shall be tested. 2) Air Brake Test – Air brakes shall be tested and adjusted for performance complying with FRA regulations. 3) Road Brake Test – A road brake test shall be performed. The road brake test shall be performed in conjunction with the locomotive Track Test. A single locomotive shall also be tested to determine stop distance and wheel temperatures up to maximum authorized speed at 10 mph increments. 4) Blended Brake Test– The blended air/dynamic brakes shall be functionally tested in accordance with the Contractor’s standards to meet the performance requirements. C. Electrical Tests – Contractor to submit standard test procedures for NCDOT Mechanical Engineering approval. D. Locomotive Sequence Test – A complete sequence test shall be made on the locomotive, including front rear sequence changes, relays and switches, sanding, auxiliary motor starting circuits, wheel slip control, main propulsion and braking, main circuit breaker, calibration of safety relays, meter calibration, excitation, and any other testing required to insure that all circuits are performing properly. E. Carbody Water Tightness Test 1) The locomotive shall be tested for water tightness, as described below: 2) After construction is completed all areas of the sides, ends, and roof, including doors and windows, of the locomotives shall be given a complete test for water tightness. Water shall be sprayed from nozzles which are spaced no more than three feet from and aimed directly at the surface being tested. Not less than 0.625 gallons per minute shall be delivered to each square foot of surface being tested. Velocity of water shall not be less than 150 ft. per second. The Contractor will test completed locomotive, cab and carbody sides for water leaks. Any leaks found will be repaired by the Contractor. Functional openings provided for fans, blowers, etc., as well as ventilation louvers, are excluded. F. Clearance Test including a completed PC5. NCDOT CED 0001545A Clearance Diagram is provided in Attachment C. G. Trucks, Coupler, and Cable Clearance Tests H. Headlights – The headlights at each end and the ditch lights on each locomotive shall be aimed and adjusted to meet the required FRA beam characteristics. I. Fueling – The locomotives shall be fueled to a minimum of 300 gallons to assure fueling capabilities and proper operations of fuel cutoff devices. J. Locomotive Track Test 1) The completed locomotive shall be track tested with a trailing load equivalent to 6 NCDOT heritage cars. This test shall demonstrate the satisfactory operations of all control systems, auxiliary systems, propulsion systems, braking system alarm circuits, and shall be conducted at a site approved by NCDOT Mechanical Engineering personnel. The test shall demonstrate the performance and ride quality characteristics of the locomotive. 2) Testing shall be conducted by and at the expense of the Contractor. The test shall demonstrate the operational performance of the locomotive regarding acceleration, maximum running speed and braking. 3) The data recorded during the tests shall include, but is not limited to, the following: • Acceleration • Deceleration • Traction motor current • Traction motor voltage • Brake pipe pressure • Locomotive brake cylinder pressure • Dynamic brake current

12/30/2014 UNCONTROLLED WHEN PRINTED Page 23 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

• Speed • Distance intervals • Time intervals • Ride quality • Wheel slip and slide performance

K. Qualification Test 1) The following qualifying tests shall be performed: • Clearance Test • Road Brake Test • Blended Brake Test • Trainline Test • Trainset Track Test • Ride Quality Test • Performance Test 2) All test data recorded shall be treated for permanence, and shall become the property of NCDOT upon return delivery of locomotive. L. Wheel Slip/Slide Test M. Sound Test and In-Cab Sound Test 1) Sound level measurements shall be performed during the qualification track tests on a locomotive as well as statically with all auxiliary equipment operating using a standard sound level meter to determine sound levels in the cab and externally. The DB readings in the cab shall not exceed 82 ± 2DB. N. HEP Test 1) The Head End Power source tests shall include, but not be limited to Voltage, Current, Frequency, and output in KW. The load shall be varied over the full range up to 110% of full load. O. HVAC Test 1) The HVAC system shall be functionally tested. Controls shall be checked and adjusted for temperature distribution and proper volume of air. P. Body and Collision Post Test No body or collision post compression tests shall be required if the following conditions are met: 1) Existing areas are inspected and no evidence of deformation or corrosion damage is found. 2) An existing design is used without significant structural change; and 3) The existing design has been embodied in a locomotive which passed a satisfactory compression test for which adequate records exist and 4) It can be agreed between NCDOT and the Contractor that the total weight of this locomotive does not exceed that of the tested locomotive by more than 5%. Q. Horn Test – Horn must be tested to meet FRA requirement 49 CFR 229.129 to within the required level of 96-110 dB. Results shall be recorded on an appropriate form and supplied to NCDOT prior to delivery. The Contractor will be provided with a copy of NCDOT’s horn test procedure CTI 0001577B Locomotive Horn Test Procedure as a reference.

5.1.2. Pre-Delivery Tests A. These tests shall verify that all systems are functioning as specified. Individual testing of components or systems may be performed at the Contractor's option during manufacture, at final static test or during track test. In the event of a test failure, the discrepancy shall be repaired and the test repeated. B. The following tests shall be performed as a minimum: 1) Preliminary Test - Visual inspection on brake pressure, brake piston travel, fuel, sand, piping, water and oil levels. Inspection of all joints and connections for leaks. 2) Calibrate all air gauges with a deadweight tester. 3) Check all air lines for pressure drops.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 24 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

4) Continuity checks of all wiring, including engine failure lights and alarms, control console, switches and circuits, ac fan conductors, control sequence check, HEP, Zero Speed, and interlock configuration checks of all conductors and relays in the high voltage cabinet and HEP panels. C. Engine Start-Up-Prime Mover: 1) Leak check 2) Oil and coolant levels 3) Generator excitation 4) Operation of independent and emergency brakes 5) Engine(s) shutdown 6) Fan rotation & sequence 7) Battery charging

D. Head End Power Engine Start-Up: 1) Leak check 2) Oil and Coolant levels 3) Generator output and phasing 4) Engine shutdown

E. Static Load Test - Each locomotive shall be subjected to a static load test during which all power functions will be qualified and full horsepower demonstrated. The following shall be included on both prime mover and head end power supply engine where applicable: 1) Engine speeds throttle sequencing idle, and notches 1-8 2) Check speed settings in idle through overspeed 3) Check and set temperature control switches and overheating switch 4) Hot engine vibration checks 5) Preliminary air brake checks

5.1.3. Track Tests at Plant A. Dynamic testing shall be performed on the Contractor's test track to qualify air and dynamic brakes, MU connections and all other features that cannot be checked during the static test. B. The dynamic tests will include, as a minimum, functional brake tests. These tests will be done in accordance with the recommendations of the brake equipment supplier and FRA standards: 1) Air leakage check. 2) Brake cylinder pressure check. 3) Brake release check. 4) Automatic brake functions check. 5) Independent brake check. 6) Recording of pressure and reaction times. 7) Sanders check. 8) Train monitoring system functions check. 9) Power Control Switch check with overspeed and emergency functions. 10) Break-in-features test. 11) Functional check of dynamic brake blending.

C. Wheelslip - To be checked per the Contractor's procedures and OEM. D. Speed/Overspeed - Operational check of speed indicator E. Other Tests 1) Forward and reverse operation. 2) High voltage cabinet pressure test (in Notch 8). 3) Cab noise test, and wayside noise test. 4) Operation check of traction motor cut-out switch. 5) Hot bearing detection system. 6) Air, water and oil leaks (plumbing related).

12/30/2014 UNCONTROLLED WHEN PRINTED Page 25 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

5.2. Written Reports& Documentation Written Reports - Written reports of all tests performed on the locomotive and its components shall be submitted to NCDOT. Results of tests required by the Specification which are performed on the locomotive or all components shall be included in the locomotive History Book.

Documentation - Mechanical drawings, electrical schematics, installation instructions, test data, and spec sheets shall be submitted to NCDOT Mechanical Engineering as part of the final documentation package upon completion of the rebuilds.

5.3. Test Plans and Data A. All test data shall be subject to NCDOT Mechanical Engineering review and approval, and shall become the property of NCDOT upon satisfactory completion of tests. If the locomotive or any related equipment or subsystems fail to satisfy the test requirements, or demonstrates noncompliance with proposal performance, necessary corrective adjustment shall be made, and this locomotive shall be tested as directed by NCDOT. B. The Contractor shall, within 90 calendar days following award of the contract, submit to NCDOT, for review and approval, a detailed test plan for this section. C. The Contractor shall advise NCDOT a minimum of fifteen (15) days in advance of the time and place of all tests.

5.4. General Requirements All static tests shall be performed at facilities of the Contractor. All tests and test facilities shall be approved by NCDOT Mechanical Engineering personnel. A. The Contractor shall identify track of proper length and alignment to permit implementation of the qualification track tests required. These tests shall be conducted by and at the expense of the Contractor. B. All working and moving parts, and all operating devices and controls of the locomotive and its apparatus, shall be tested and put in proper operating condition before locomotive is accepted. The Contractor shall perform all of the adjustments specified herein. C. Should the locomotive be disassembled in any way for shipment, it shall be given an operational test upon reassembling at the delivery point on the track provided by NCDOT, at the expense of the Contractor. D. After receipt of the locomotive at the designated delivery point (Capital Yard) and before passing into regular operation; each locomotive will be carefully inspected by NCDOT and Contractor personnel and any part, device or apparatus requiring adjustment, repair or replacement will be called to the attention of the Contractor, in writing within 30 business days, who shall make adjustment, repair or replacement at the Contractor's own expense. Repairs, adjustments, or replacement shall be arranged and agreed upon between the Contractor and NCDOT within 20 working days. E. NCDOT reserves the right to make, at its own expense, additional operating tests of locomotive within the parameters set out in this Specification. The Contractor shall assign a knowledgeable representative to witness such operating tests. Any defects disclosed by such tests, in components, material or workmanship shall be corrected at the Contractor's expense. All expense and costs incurred in the removal of locomotives from the designated delivery point for correction of defects shall be borne by the Contractor. F. Official final acceptance of the locomotive by NCDOT shall be performed at Capital Yard Maintenance Facility, Raleigh NC after all tests are successfully completed in accordance with the requirements stated except as noted, all costs and expenses incurred in performing these tests, including transportation to and from the test tracks, shall be borne solely by the Contractor.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 26 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

6. QUALITY ASSURANCE 6.1. General A. This specification defines the requirements for an inspection system to be maintained by the Contractor. The Contractor's inspection system shall be capable of providing evidence that supplies and/or services meet the quality requirements of the Contract. B. The requirements of the Specification shall apply to the extent necessary to demonstrate conformance with Contract requirements. C. The Contractor shall demonstrate a quality control program which provides for inspection, testing, documentation of material dispositions, acceptance/rejection and status identification of materials, components, processes, work in process and finished work to assure conformance with the Contractor's standards and with the requirements of this Specification.

6.2. Requirements A. The Contractor shall be responsible for conducting an inspection required to demonstrate full conformance of the work to Contract requirements. B. The Contractor shall use its own or any other inspection facility and service. The Contractor shall provide an inspection system capable of producing objective evidence that finished work meets the quality requirements of the Contract. C. The system shall be considered acceptable when, as a minimum, it provides for the detection and removal of non-conforming material, either prior to or at the latest stage of fabrication manufacture or other processing where a characteristic can be tested, observed or measured. Inspection necessary to demonstrate conformance to contract requirements, wherever performed, shall hereinafter be referred to as "Final" Inspection.

6.3. Quality Assurance Representative's Authority A. The Contractor's designated Quality Assurance Representative shall have authority, on behalf of the Contractor to resolve inspection matters to the satisfaction of NCDOTMechanical Engineering personnel.

6.4. Quality Control Manual and Inspection Plan A. The approved Contractor’s Quality Assurance Manual shall be the controlling document for the rebuilt locomotive. A copy shall be supplied to NCDOT Mechanical Engineering personnel for review and approval.

6.5. Documents for Inspection A. The Contractor shall ensure that the latest approved versions of the applicable drawings, specifications, instructions, and changes are used for inspection purposes. B. The documents shall be made available at NCDOT’s request for viewing, at the Contractor's location and should also be made available to NCDOT in electronic formats.

6.6. Test and Inspection Equipment A. The Contractor shall be responsible for the provision and maintenance of test/inspection equipment suitable to demonstrate conformance of the work to technical requirements. This inspection equipment shall be maintained under a recognized gauge control system. Calibration shall be traceable to applicable standards.

6.7. Purchasing A. The Contractor shall comply with the ARRA/OERI and Buy America requirements as indicated in Appendix H of this specification.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 27 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

B. The Contractor shall be responsible for ensuring that all purchased material and services conform to the Contract requirements. 1) Incoming Material Inspection – The Contractor shall provide for inspection, testing and identification of incoming material in accordance with the Contractor’s Quality Assurance Manual. 2) Fabrication, Manufacturing and Assembly Inspection – The Contractor shall, as a minimum, perform all required final inspections. The Contractor may institute any additional inspection of material in process considered necessary to determine the quality of work. 3) The Contractor shall ensure that the work has been subjected to all final inspections indicated on the inspection plan and that relevant inspection records are complete. The Contractor shall subject all finished work to final inspection to ensure that Contract requirements are met. Only finished work which fully conforms to requirements shall be submitted for acceptance or be delivered. 4) The Contractor shall maintain evidence of the inspection and use applicable checklists to ensure no major functional characteristic has been overlooked.

6.8. Workmanship A. The Contractor shall ensure that skillful workmanship is maintained at a high level of quality consistent with the technical and functional requirements of the work. Workmanship shall be defined to the greatest practical extent by written standards or production samples inspected and accepted by the Contractor as examples of satisfactory skillful workmanship. 1) Welding – The Contractor's facilities and welders shall be certified in accordance with AWS and the Contractor's standards and shall be verified as meeting these standards by random inspections of test pieces and of process variables. The Contractor may repair welding anomalies using industry-approved practices. The Contractor shall make Welder Certifications available to NCDOT, upon request. 2) Test and Inspection Records – The Contractor shall maintain records of all tests and inspections performed to substantiate conformance to Contract requirements. 3) Records shall include positive identification of material, and finished work, the specific inspection performed, and the results obtained. Records shall include disposition of all rejected materials.

6.9. Material Control A. The Contractor shall maintain a system which precisely indicates the up-to-date inspection status of material and finished work.

6.10. Accommodation, Facilities and Assistance A. The Contractor shall provide the NCDOT with reasonable access at all times to plants of the Contractor and all sub-contractors to monitor compliance with contractual quality requirements. The Contractor shall provide adequate office facilities including space, furniture and telephone service for such monitoring during the entire span of time during which work on this contract is performed. 7. WARRANTY A. The Contractor shall provide a minimum three (3) year warranty on workmanship and Contractor supplied components beginning on the official date of NCDOT acceptance. This acceptance date shall be noted and agreed upon in writing between NCDOT and the Contractor.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 28 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

B. For components sourced by the Contractor through a third party (traction motors or other new components), a record of component warranty terms shall be provided by the Contractor as part of the final documentation package. C. Components which carry a manufacturer extended warranty shall supersede the requirement of three (3) years as expressed in item A of this section and shall be governed by the terms of the manufacturer warranty. Workmanship associated with these components shall still be valid for three (3) years from date of acceptance.

8. ALTERNATE A: DUAL FUEL RETROFIT KIT 8.1. Summary In preparation for the future operation of NCDOT locomotives on dual fuel and/or compressed natural gas (CNG), the NCDOT Rail Division may choose to incorporate certain dual fuel engine components onto its passenger locomotives during the rebuild process. Installation of these components will make the locomotives “dual fuel ready”, i.e. the locomotives will not be operating on dual fuel right away, but can be easily adapted to accept a full dual fuel system. Implementation of these components during planned rebuild operations precludes the cost and labor associated with subsequent teardown of newly built locomotive systems in order to install the required dual fuel components.

All bidders are required to provide separate pricing for Alternate A, the Dual Fuel Retrofit kit. Failure to do so shall result in disqualification from award consideration.

NCDOT has partnered with Energy Conversions Inc. (ECI) to retrofit NCDOT's EMD 710 engines to accept dual fuel engine retrofit components developed at the ECI facility in Tacoma, WA. ECI shall provide the components, installation instructions, technical support, and warranty information for the Dual Fuel Retrofit (DFR) system. Contractors shall contact ECI directly for pricing and associated documentation for the DFR system.

ECI Representatives: Contact Address:

David Cook Energy Conversions Inc. Scott Jensen 6411 Pacific Hwy East Tacoma, WA 98424 253 922 6670

The dual fuel engine components which have been developed by ECI andare indicated in the following sections do not preclude operation using normal diesel fuel, ultra low sulfur diesel fuel, or biodiesel blends. The engines will operate functionally equivalent to a standard diesel engine until a full dual fuel and/or CNG system is installed. Details of required components for installation of these systems are described below.

8.2. Dual Fuel Ready Engine Upgrades The following components shall be implemented for conversion of the prime mover as per the ECI DFR kit:

Power assembly parts: (one per cylinder) • complete with springs, valves and keepers • Gas injector dummy • Gas injector seal washer • Injector hold down crab • Crab set screws • Crab washer • Special head nut

12/30/2014 UNCONTROLLED WHEN PRINTED Page 29 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Engine gas piping: • Engine right bank manifold • Left bank manifold • Engine front crossover manifold • Seal washers and fitting bolts • Manifold end plugs

Engine manifold fittings: (one per cylinder) • Load block with gas fittings and mount screws • Gaskets and viton O rings • Saddle clamps X2 • Saddle clamp bolts X4

Tools required are as follows: • Drill jig for load block mounting • “Slug cutter” hole cutting bit • Manual with diagrams

Other required accessories: • Cover plates for electrical access hole cover • Screws and gasket material

Cylinder heads shall be applied exactly as a standard head. After installation of the power assemblies to the engines the injector dummies will require a torque check before engine run in.

Engine cylinder head cover support frames shall be drilled at each cylinder location for the application of the manifold connecting block. A drill jig shall be supplied to make the drilling steps easy.

Gas manifolds for each side of the engine and for connecting the front shall attach directly to the manifold blocks.

Note – During installation of these engine components, Capital Yard Engineering will arrange and oversee meetings between the rebuild facility management personnel and the engine conversion vendor in order to ensure proper installation of all components.

8.3. Installation and Testing ECI shall provide the Contractor with all installation instructions for the DFR kit prior to delivery of components. Although the system may not be able to achieve full test capability with CNG, the Contractor shall test the system as governed by ECI's test procedures to the best extent possible.

The Contractor shall submit all installation and test documentation for the DFR kit to NCDOT Mechanical Engineering as part of the final document package for the locomotive rebuilds.

8.4. Quality Control Quality Control and Quality Assurance principles shall be governed by the guidelines outlined in Section 6 of this document.

8.5. Warranty Warranty terms shall be governed by the guidelines outlined in Section 7 of this document. The Contractor shall provide all warranty documentation supplied by the manufacturer of the DFR systems as part of the final documentation package to NCDOT Mechanical Engineering.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 30 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Appendix A: Acknowledgements, Conditions, and Disclaimers

This document has been authored / adapted from existing locomotive specifications issued by NCDOT or other agencies. It has been prepared using Microsoft Word and/or other software, and may include "hyperlinks" either within this document, or to other documents. All rights thereto are reserved by NCDOT. Proprietary rights associated with the publication of original equipment manufacturers (OEM) documentation remain the property of their respective owner(s). Trade or brand names used within remain the property of their respective owner(s).

NCDOT reserves all right of revision; potential bidders, consultants, vendors, sub-contractors, suppliers, or their agents and assigns are not authorized to revise or change the content of this document, either in fact or intent. Please refer to the associated Request for Proposals (RFP) for additional NCDOT terms, conditions, and/or restrictions.

All materials submitted to NCDOT shall include the provision that they may be reproduced (electronically or otherwise) for use by NCDOT (or its mechanical/electrical sub-contractors) for the sole purpose of maintaining and/or servicing NCDOT owned equipment. Proprietary rights to the data contained within such submitted materials shall remain the property of the respective owner.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 31 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Appendix B: Locomotive Base Rebuild Component Matrix Replace Recondition New Remove Test UTEX OK Notes TRUCKS ASSEMBLY AND HANDBRAKE Truck Frame X Tram and dye penetrant test. Springs, Vertical, Lateral X X Yaw Damper And Mounting X X Shocks and Mounting X X Journal Boxes X Pins, Bushings Grommets X Wear Plates Axle, Gear, Bearing, and Wheel Assembly X X X 1:40 profile. 20 gear pinion. Brake Cylinder And Piping X X Upgrade to 9" cylinders. Brake Rigging X Brake Head Assembly X Brake Cylinder Lever X Slack Adjuster X Traction Motor Mounting X Traction Motor Suspension X Traction Motor Support Bearing X Lubricator Wick Assembly X X Gear Case Mounting X Upper Half Gear Case X X Steel gear case with inspection port. Lower Half Gear Case X X Steel gear case with inspection port. Traction Motor Air Duct Mounting X Traction Motor Air Duct X Hand Brake And Mounting X X Replace with Graham White SafeSet parking brake. Brake Shoes X X

TRACTION MOTORS Traction Motor X X 57:20 Gearing. Black cases. Stator Assembly X Brush Holder Assembly X Traction Motor Bellows X U Tube Housing X X Drilled and tapped for hot bearing sensor.

SANDING EQUIPMENT Short Hood Air Piping X Long Hood Air Piping X Short Hood Sand Box Filler X Long Hood Sand Box Assemblies X Sand Traps X Shut-Off Valves X Nozzles and Hoses X X Remove axles 2 & 3. Sanding only on axles 1 & 4.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 32 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Replace Recondition New Remove Test UTEX OK Notes WINDSHIELD AND WIPERS Wiper Arms, Blades X X Air Motor Piping X Air Motor X Replace air actuated with electric. Electric Motor X Heated Windshield Application X Windshield Glazing X Inspect for defects. FRA type I.

HORNS AND BELLS 5 Chime Horn X Remove existing and replace with NCDOT horn assembly. Forward pointing in existing location. Bell X Remove existing bell. Replace with electronic Graham White 373-011 electronic bell.

AIR SYSTEM Air Piping X 26L Air Brake Rack X X Requalify according to OEM specifications. Main Air Reservoir X X Hydrostatically tested to 300 PSI. Reservoir Piping And Equipment Application X X Test to proper PSI requirements. Electric/Manual Drain Valve X X Check Valves X X J-1 Valve (at main res tank) X Set to 150 PSI. Air Filter X X Centrifugal Air Filter With Coalescer And Sump Mounted Drian Valve X Air Dryer X X Desiccant Canister Assembly X Precoalescer, Inlet Check Valve And Drain Valve X Outlet Check Valve, Solenoids And Timer X

AIR COMPRESSOR Shall maintain pressures between 130-140 PSI. Crankcase Assembly X Crankshaft Assembly X Gear Driven Oil Pump X Oil Pressure Relief Valve X J-1 Valve (at air compressor) X Set to 175 PSI. Low Pressure Cylinder, Head, Piston, And Rod X Low Pressure Suction Unloading Valve X Low Pressure Discharge Valve X High Pressure Cylinder, Head, Piston, And Rod X High Pressure Suction Unloading Valve X High Pressure Discharge Valve X Intercooler And Fittings X Unloader And Water Piping X Air Compressor Filter X X Air Compressor Mounting X

12/30/2014 UNCONTROLLED WHEN PRINTED Page 33 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Replace Recondition New Remove Test UTEX OK Notes CONTROL JUMPERS, RECEPTACLES, PLUGS, AND OUTLETS Front & Rear MU, COMM, DUMMY Receptacles And Jumpers X Standard Amtrak style setup. Front & Rear 480V Receptacles and Jumpers X Standard Amtrak style setup. Pigtail style receptacles. Cab 120V Outlets X Engine Room 120V Outlets X Undercar 120V Outlets X 74V Outlets X Exterior 120V Outlet X to allow plugging into ground outlet

FUEL SYSTEM Fuel Tank X Steam clean interior. Add rock guard on each end. Fuel Oil Piping X Retention Tank X Fuel Oil Filter X X Fuel Preheater X Heat Exchanger Assembly X Thermostatic Mixing Valve X Fuel Switch X Fuel Cut-Off Switch And Mounting X Sight Glasses X Fill Valve X Add support bracket to remedy cracks at neck welds to tank. Fuel Monitor X Install with Witronix system.

LAYOVER HEATER Layover Heater Equipment (water and oil) X Electric Immersion Heater And Water Circulating Pump X

MAIN GENERATOR/ALTERNATOR AR15 Generator/Alternator X Rectifier Bank Assembly X

12/30/2014 UNCONTROLLED WHEN PRINTED Page 34 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Replace Recondition New Remove Test UTEX OK Notes CONTROL CABINETS A.C. Cabinet Equipment X Circuit Breaker Panel Equipment X Electrical Control Cabinet X Door And Frame Assembly X Main Control Panel Assembly X Feedback Resistor Panel Assembly X Trainline Feedback Panel Circuit Module X Circuit Breaker And Test Panel Compartment X Fuse And Switch Compartment X Circuit Breaker Panel X Head End Power Equipment Panel X Microprocessor Display Assembly X Microprocessor Cards X Update software to function with upgraded locomotive systems Engine Control Panel Equipment X Logic Compartment Assembly X Excitation/Display Compartment Assembly X Electrical Control Cabinet Filter Equipment X Electrical Wiring X Label all wires Seals and Foam Insulation X X

BATTERY SYSTEM Batteries X X Battery Boxes X Interior coated with Rhino Liner or equivalent. Equip with drain holes. Trickle Charger X

12/30/2014 UNCONTROLLED WHEN PRINTED Page 35 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Replace Recondition New Remove Test UTEX OK Notes LIGHTS AND LAMPS Lights - Front Access and Toilet X X Replace with LED style. 120 V. Engine Room Lights X Install New LED panel light system. High heat and vibration resistant. 120 V. Also ability to power from external source. Cab Interior Lights X X Replace with LED style. 120 V. Fluorescent Cab Light X Light Switches X Lights -Exterior X X Replace with LED style. Impact resistant. Headlight Assembly X Classification Lights X No longer required. Classification Light Assembly X No longer required. Road Number Box Light X X LED style to match NCDOT F59 PH locomotives. Step And Ground Lights Replace with LED style. Impact resistant. Platform Light Assembly X X Replace with LED style. Impact resistant. Short Hood Mounted Lights X X Ditch Light X Back Up Light X Emergency Strobe X Marker Lights X Install with FRA compliant LED style.

TERMINAL BOARDS Terminal Boards X Faston Type Terminals X Screw Type Terminals X

RESISTORS, RHEOSTATS, AND RECTIFIERS Rectifiers X Silicon Controlled Rectifier Assembly X Battery Charging Rectifier And Resistor Assembly X

CONTACTOR, MODULES, SWITCHES, AND RELAYS Generator Field Decay Contactor X Engine Purge Control Contactor X Generator Start Contactor X Four Pole Single Throw Contactor X Motor Module Assembly X Gear Motor Assembly X Motor Operated Switch Assembly X Transfer Switch Assembly X Magnetic Power Contactor X 1200 Amp -Single Pole -Single Throw X 1000 Amp -Single Pole -Single Throw Contactor X

12/30/2014 UNCONTROLLED WHEN PRINTED Page 36 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Replace Recondition New Remove Test UTEX OK Notes CIRCUIT MODULES Circuit Module Assembly X VR15 Voltage Regulator X Circuit Module Compartment Assemblies X Voltage Regulator Compartment Assembly X Logic Module Compartment X Excitation/Display Module Compartment X General Purpose Relays X

12/30/2014 UNCONTROLLED WHEN PRINTED Page 37 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Replace Recondition New Remove Test UTEX OK Notes PRIME MOVER Inspect and repair any defects. Prime Mover Mounting X Lube Oil Piping X Engine Steps X ***Power Assemblies X X As part of EFI upgrade. Main Bearings X X Connecting Rod Bearings X X Valve Bridges X Fuel Pump Motor X Soak Back Pump X Lube Oil Cooler Core X Turbo Screen X Exhaust Silencer X Exhaust Expansion Joints X Filters X X Top Deck Frame and Cover Gaskets X X Gaskets X X ***Four Pass Aftercooler X X X Replace with Tier 0+ compliant. Cylinder Test Valves X Add metal tags designating cylinders. Camshaft Assembly X X As part of 12N kit. Starter Motors X X Gear Damper X Lube Oil Gauge X Oil Separator X X Replace with Tier 0+ compliant (EMD 40155970). Top Deck Cover Hinges X Crankshaft X X As part of 12N kit. Damper Assembly X X As part of 12N kit. Counterweights X X As part of 12N kit. Turbocharger X X Replace with Tier 0+ compliant (EMD 40108868 or 40021531). Turbo Aftercooler X X Replace with Tier 0+ compliant(EMD 40113590). Water Pumps X Lube Oil Pumps (scavenging and piston cooling). X Turbo Soak Back Pump Motor X Strainer Housing X Hand Hold Covers X Auxiliary Generator Drive Shaft and Couplers X Main Generator Flexible Coupling X Flywheel Ring Gear X Heat Shields X ***Fuel Pump Motor X X As part of EFI upgrade. ***Rocker Arms X X As part of EFI upgrade. *Governor X X Replaced by EFI system. ***Injectors X X As part of EFI upgrade. Hoses and Piping X X Replace piping and hoses according to EFI kit or EMD Tier 0+ upgrade directions. Self Pre Lube System X Equip with ability to select main bearing pre-lube and/or piston cooling.

* Indicates items to be removed as part of Dual Fuel Retrofit or EFI Upgrade *** Indicates items to be replaced with components provided in EFI upgrade kit

12/30/2014 UNCONTROLLED WHEN PRINTED Page 38 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Replace Recondition New Remove Test UTEX OK Notes COOLING SYSTEM Water Piping X Long Hood Mounted Water Piping X Head End Power Engine Cooling System X Head End Power Water Tank X Water Tank Level Gauge X Water Tank Level Gauge X Radiator X Main Generator Engine Cooling Radiators X Head End Power Engine Cooling Radiators X Automatic Shutter Application X Normally Closed Shutters X

LUBE OIL SYSTEM Lube Oil Cooler X Lube Oil Filter X X Seven Element With External By-Pass Valve Lube Oil Filter Assembly X

ACCESSORY RACK EQUIPMENT Accessory Rack Equipment X Mounting Panel Equipment X Conduit And Box Assembly X Water Tank and Sight Glass X

INERTIAL AIR SYSTEM Inertial Blower Motor X Inertial Filter Structure And Air Cleaner X Inertial Filter Hatch X Engine Room Partition X Turbo Magnetic Sensor X Engine Air Filters X X Install baggie type.

DYNAMIC BRAKE EQUIPMENT Dynamic Brake Hatch X Inspection hatch to be hinged, not bolted. Dynamic Brake Fan X Replace shaft and blades if conditions warrant. Dynamic Brake Motor X X Dynamic Brake Grids X

12/30/2014 UNCONTROLLED WHEN PRINTED Page 39 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Replace Recondition New Remove Test UTEX OK Notes BLOWERS AND DRIVES Traction Motor Blower X Single Wheel Blower Assembly With A.C. Auxiliary Alternator X Flexible Coupling Drive Assembly X Engine To Auxiliary Alternator Drive Assembly X

HEAD END POWER SYSTEM A.C. Auxiliary Alternator X Rotating Field And Armature Assembly X Head End Power Engine/Generator Application X Remove 3412, replace with new CAT C15. Exhaust Assembly X Exhaust Insulation X Vibration Isolator X Install vibration isolators on all exhaust lines. Drive Shaft Mounting Bushings X X

HEAD END POWER CABINETS Head End Power Control Cabinet X Back Panel Components X Head End Power Start Station Cabinet X Head End Power Start Switch Panel Equipment X Fuse And Switch Panel X

MISCELLANEOUS MOTORIZED EQUIPMENT Cooling Fans X Shaft, Stator Coil, And Housing Assembly X Air Discharge Motor X Fuel Pump And Motor X X

MAGNET VALVES X

12/30/2014 UNCONTROLLED WHEN PRINTED Page 40 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Replace Recondition New Remove Test UTEX OK Notes CARBODY Patch holes and blend. Sub-Base Doors X Batteries X Trickle Charger X Engine Room Roof Hatch Assemblies X New seals, joints weatherproofed. HEP Area Roof Hatch Assemblies X New seals, joints weatherproofed. Long Hood Doors And Panel Assemblies (Left Hand Side) X Fabricate new doors from stainless. New insulation, seals, and hinges. Long Hood Doors And Panel Assemblies (Right Hand Side) X Fabricate new doors from stainless. New insulation, seals, and hinges. Inertial Filter Room Door Assembly X New seals. Engine Room Partition Door Assembly X New seals. Rear Maintenance Doors X New seals. Rear Personnel Door X New seals. Door Seals X Door Locks Keyed Lock Assembly X Disassemble and clean. Keyed to match NCDOT F59 PHI locomotives. Door Locks Non-Keyed Lock Assembly X Disassemble and clean. Door Locks Door Latch Assembly X Dis assemble and clean. Cab Glazing And Gaskets/Seals X Side windows FRA type II. Weather Stripping X Awning X Armrest And Cushion X Padded and weatherproof. Wind Deflector And Mirror Assembly X Sun Visor X Translucent style. Nameplates, Placards, Decals X New remanufacturers plate and decals. Spare Knuckle Holder. X To match existing NCDOT F59 PH locomotives. Plow X Replace with NCDOT plow. NCDOT will provide. Dummy Hose Couplings X Install at each end. Platform Safety Chain X Install at each end. Radar Assembly X X Orient at 37.5 degrees. AEI Tags X NCDOT will provide.

HANDRAILS, BOARDING STEPS, AND SAFETY APPLIANCES Front And Rear Handrails X Bolted to deck as per NCDOT requirements. Remove snow shield. Front Steps X Bolted to structure as per NCDOT requirements. Rear Ladders X Bolted to structure as per NCDOT requirements. Right Side Engine Room Access Ladder X Bolted to structure as per NCDOT requirements. Handholds X Bolted to structure as per NCDOT requirements.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 41 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Replace Recondition New Remove Test UTEX OK Notes DRAFT GEARS AND COUPLERS Draft Gear And Yoke Assembly X Replace if conditions warrant. Type "F" Tightlock Coupler Assembly X Replace with top loading. Equip with alignment control.

CAB EQUIPMENT Cab Seats X Install new air ride seats. Front Entrance Cab Doors X New seals and weather stripping. Cab To Engine Room Door And Mounting X New seals and weather stripping. Short Hood Personnel Door And Mounting X New seals and weather stripping. Cab To Short Hood Compartment Door And Mounting X New seals and weather stripping. Cab Inner Trim X Cab Floor X Cab Stairs X Repair corrosion. Add non slip treatment. Refrigerator and Mounting X Radio/Communication System X Remote mount two piece unit. Event Recorder X Bach Simpson Part # 54300-113. Witronix System (Includes Antennas) X Amtrak compatible DVR system. Toilet X Toilet Piping X Toilet dump on both sides. Head Bump Pads X Forward Facing Camera X To interface with Witronix unit. Cab Heater And Equipment X X Remove auxiliary heater on firemans side. Drip pan mounted properly. 1/2" drain line. 407C or equivalent Cab Air Conditioner Equipment and Drain Lines X Dayton Phoenix Model.

CONTROL CONSOLE Repaint and recondition. Throttle Assembly X 30CDW Control Valve X X Air Gauge And Ammeter Assembly And Mounting X X Instrument Panel X X Switch Panel Assembly X Lunch Tray Assembly And Mounting X Resistor Panel Assembly And Mounting X Controller Bezel X Overhead Console Equipment X Locomotive Warning Panel X Sanding Button X X Push button style for manual sand. Sanding Switch X Switch style on/off. Horn Button X Push button style. Alerter Button X Push button style. Alerter System X X On front console within 20 degrees downward of forward sight line. Install second speedometer on dashboard facing fireman seat. Speedometer X X Remove existing and return to NCDOT.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 42 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Appendix C: RNCX 18547 (1871) Photos

Right Side Left Side

Front Rear

12/30/2014 UNCONTROLLED WHEN PRINTED Page 43 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Fuel Tank Retention Tank

Rear Connections Main Reservoir & Air Dryer

Body Corrosion Body Corrosion

12/30/2014 UNCONTROLLED WHEN PRINTED Page 44 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Cab Entrance Hallway Cab Steps

AC Units Engineer’s Console

Engineer’s Header Status Panel Fireman’s Side

12/30/2014 UNCONTROLLED WHEN PRINTED Page 45 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Cab To Engine Room Hallway Left Side Engine Room

Exhaust Expansion Joints Exhaust Stack

Water Pumps & Delta P Unit Governor Mechanism

12/30/2014 UNCONTROLLED WHEN PRINTED Page 46 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Equipment Rack Air Compressor

3412 HEP Engine Communications Equipment Rack

Builder’s Plate Rebuild Plate

12/30/2014 UNCONTROLLED WHEN PRINTED Page 47 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Appendix D: RNCX 18551 (1984) Photos

Front Right Front Left

Body Corrosion Rear

Body Corrosion Front Deck & Stanchion Supports

12/30/2014 UNCONTROLLED WHEN PRINTED Page 48 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Rear Connections Front Connections

Fuel Tank Retention Tank

Truck Assembly Main Res Tank

12/30/2014 UNCONTROLLED WHEN PRINTED Page 49 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Main Res Tanks Cab Entrance Hallway Floor

Cab Steps Rear Cab Status Panel

Air Conditioning Units Engineer’s Console and Header Panel

12/30/2014 UNCONTROLLED WHEN PRINTED Page 50 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Cab To Engine Room Hallway Engine Room Area

Governor Assembly Equipment Rack & Water Tank Area

Air Compressor HEP Area Floor Grate and Handbrake

12/30/2014 UNCONTROLLED WHEN PRINTED Page 51 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Governor & Water Pump Area Left Side Engine Room

Exhaust Stack Exhaust & Expansion Joints

Builder’s Plate Rebuild Plate

12/30/2014 UNCONTROLLED WHEN PRINTED Page 52 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Appendix E: RNCX 1893 Photos

Left Side Right Side

Front Connections Rear Connections

NCDOT Plow Bolted Deck Stanchions

12/30/2014 UNCONTROLLED WHEN PRINTED Page 53 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Fuel Fill Bracket & Fuel Monitor Number Boards, Marker Lights, Emergency Strobe

Wi-Tronix, DVR, Event Recorder Rear Cab Status Panel

Fuel Monitor, Locomotive Computer, HEP Panel Engine Control Panel

12/30/2014 UNCONTROLLED WHEN PRINTED Page 54 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Engineer’s Control Console Header Indicator Panel

Cab Steps AC Unit

Dual Speedometers Refrigerator

12/30/2014 UNCONTROLLED WHEN PRINTED Page 55 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Engine Room Left Side Engine Room Right Side

Governor Assembly Air Compressor Assembly

Wheel Hand Brake

12/30/2014 UNCONTROLLED WHEN PRINTED Page 56 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

HEP Unit HEP Unit & Exhaust

Builder’s Plate Rebuilder’s Badge

Cab and Roof Modifications During Rebuild

12/30/2014 UNCONTROLLED WHEN PRINTED Page 57 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Appendix F: ARRA and OERI Contract Provisions and Reporting Requirement Certification

(11-20-12) (Rev. 5-21-13) SP1 G70

By submission of a proposal or bid, the Contractor agrees to comply with the following provisions. Failure to comply with any or all of the provisions herein may be cause for the contracting agency to issue a cancellation notice to a Contractor.

The Contractor is hereby notified that this project will be financed with American Recovery and Reinvestment Act of 2009 (ARRA) Funds. The Contractor shall assure that all subcontractors and other contracts for services for ARRA funded projects shall have the mandated provisions of this directive in their contracts. Pursuant to Title XV, Section 1512 of t he A RRA, t he D epartment w ill r equire t hat t he C ontractor provide r eports and other employment information as evidence to document the number of jobs created and retained by this contract from the Contractor’s own workforce and any subcontractors. Additionally, the North Carolina Office of Economic Recovery & Investment (hereinafter, “ OERI”) ha s mandated c ertain pr ocedural and r eporting di rectives t hat w ill be f ollowed. A dditional provisions have been added to address OERI directives. No direct payment will be made for providing said reports as the cost for same is included in the various items in the contract.

The Contractor a grees t hat al l dat a submitted t o N CDOT an d F RA i n compliance with t he R ecovery A ct requirements shall be accurate, objective, and of the highest integrity.

Posting with the Local Employment Security Commission

In addition to any other job postings the Contractor normally uses, OERI requires that the Contractor post with the local Employment Security Commission Office, all positions for which he intends to hire workers as a result of being awarded t his c ontract. L abor and semi-skilled po sitions m ust be po sted f or at l east 48 hour s b efore t he hi ring decision. A ll ot her p ositions m ust be posted a m inimum of f ive day s b efore t he hi ring d ecision. T he s elected Contractor and any subcontractors shall report the new hires in the manner prescribed by the Employment Security Commission and the OERI. The NC ESC website can be found at www.ncesc.com.

Required Contract Provision to Implement ARRA Section 902

Section 902 of the American Recovery and Reinvestment Act (ARRA) of 2009 requires that each contract awarded using ARRA funds must include a provision that provides the U.S. Comptroller General and his representatives with the authority to:

(1) Examine any r ecords of t he C ontractor o r any of i ts s ubcontractors, o r a ny S tate or local agency administering such contract, that directly pertain to, and involve transactions relating to, the contract or subcontract; and

(2) Interview any of ficer or employee of the Contractor or any of i ts s ubcontractors, or of any S tate or l ocal government agency administering the contract, regarding such transactions.

Accordingly, the Comptroller General and his representatives will have the authority and r ights as provided under Section 902 of the ARRA with respect to this contract, which is funded with recovery funds made available under the ARRA. Section 902 further states that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of the Comptroller General.

Authority of the Inspector General

Section 1515(a) of the ARRA provides authority for any representatives of the Inspector General to examine any records o r i nterview a ny em ployee or of ficers working on t his c ontract. T he C ontractor i s ad vised t hat representatives of the Inspector General have the authority to examine any record and interview any employee or officer of the Contractor, its subcontractors or other firms working on this contract. Section 1515(b) further provides

12/30/2014 UNCONTROLLED WHEN PRINTED Page 58 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of the Inspector General.

Office of State Budget and Management Access to Records

OERI requires that the Contractor and subcontractor agree to allow the Office of State Budget and M anagement internal auditors and state agency internal auditors access to records and employees pertaining to the performance of any contract awarded by a public agency.

Buy America Provisions

49 U.S.C. Section 24405(a)(1) requires that iron, steel and manufactured goods used in public buildings or public works projects must be m anufactured in the United States. T he Contractor agrees to abide by this provision and shall maintain records of s uch purchases for inspection by authorized agents of the State of N orth Carolina and federal ag encies. T he contractor shall pr ovide t he Certificate of C ompliance with B uy A merica t o t he Engineer. Copies of this certificate are available on the Piedmont Improvement Program website at http://www.piedmontrail.biz/primary-navigation/links-and-resources.

Wage Rate Provision (applies to all construction, alteration or repair projects)

Section 1606 of the ARRA requires that all laborers and m echanics employed by Contractors and subcontractors with funds from the ARRA s hall be p aid wages at rates not less than the prevailing w age rate under the Davis- Bacon Act. The Contractor agrees that by the submission of a proposal/bid in response to a solicitation funded in whole o r i n part w ith r ecovery f unds, c ontinuous compliance will be m aintained w ith t he Davis-Bacon Act. T his applies to all construction contracts that exceed $2,000.

Labor Provisions

As pr ovided by 49 U .S.C. 24405(b), persons c onducting r ail operations o ver r ail i nfrastructure c onstructed o r improved in whole or in part with funds provided through the ARRA agreement shall be considered a “rail carrier,” as d efined by 49 U .S.C. 10102(5), f or t he pur poses of T itle 49, U nited S tates C ode, a nd any ot her statute t hat adopts that definition or in which that definition applies, including the Railroad Retirement Act of 1974 (45 U.S.C. 231 et seq.), the Railway Labor Act (43 45 U.S. C. 151 et seq.), and the Railroad Unemployment Insurance Act (45 U.S.C. 351 et seq.).

Availability and Use of Funds

Contractors unde rstand a nd ac knowledge t hat any and al l pay ment of f unds, or t he c ontinuation t hereof, i s contingent upon f unds provided s olely by A RRA or r equired state m atching funds. P ursuant t o S ection 1604 of ARRA, Contractors agree not to undertake or make progress toward any activity using recovery funds that will lead to the development of such activity as casinos or other gambling establishments, aquariums, zoos, golf courses, swimming pools or any other activity specifically prohibited by the Recovery Act. Also, funds are not to be used for travel bey ond t he s ervice ar ea. F urther, C ontractor und erstands t hat A RRA f unding i s c onsidered “one-time” funding.

Outsourcing outside the USA without Specific Prior Approval Provision

Contractor agrees not to use any recovery funds from a contract or any other performance agreement awarded by the S tate of North C arolina, i ts a gencies, o r p olitical s ubdivisions f or o utsourcing outside of t he U nited S tates, without specific prior written approval from the agency issuing the contract.

Federal, State and Local Tax Obligations

By submission of a proposal, Contractors and subcontractors assert and self-certify that all Federal, State and local tax obligations have been or will be satisfied prior to receiving recovery funds.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 59 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Anti-Discrimination and Equal Opportunity

Pursuant t o Section 1.7 of t he gui dance m emorandum i ssued by t he U nited S tates Office of M anagement a nd Budget on April 3, 2009, recovery f unds must be distributed i n accordance with al l anti-discrimination and equal opportunity statutes, regulations, and Executive Orders pertaining to the expenditure of funds.

Reports of Fraud or Waste

Contractors m ust r eport to the Inspector General a ny s uspected i ncidence of w aste, f raud and ab use related t o ARRA funds, and should notify FRA regional offices of any problems encountered as they occur. Notification can be made by phone at (919) 733-1433, or electronically at http://www.ncrecovery.gov/reportFraud/reportFraud.aspx. Additional information can be f ound on the NC Recovery website (www.ncrecovery.gov) by clicking “Reporting of Waste and Fraud”.

False Claims Act

Contractors and subcontractors awarded funds made available under the Recovery Act shall promptly report to the Inspector G eneral any credible evidence t hat a p rincipal, em ployee, agen cy, C ontractor, subcontractor or ot her person has submitted a false claim under the False Claims Act or has committed a criminal or civil violation of laws pertaining to fraud, conflict of interest, bribery, gratuity, or similar misconduct involving Recovery Act funds.

Whistleblower Provisions

Contractors understand and acknowledge that Article 14 of Chapter 124, NCGS 126-84 through 126-88 (applies to the S tate a nd s tate em ployees), A rticle 21 of Chapter 95, NCGS 95 -240 through 85 -245 (applies t o any one, including s tate em ployees), and S ection 1553 of t he R ecovery A ct ( applies to any one r eceiving f ederal f unds), provide protection to State, Federal and contract employees.

Contractors or Agencies cannot discharge, demote, or otherwise discriminate against an employee as a reprisal for disclosing, i ncluding a di sclosure m ade i n t he o rdinary c ourse of an e mployee's d uties, t o t he R ecovery Accountability and Transparency Board, an Inspector General, the Comptroller General, a member of Congress, a State or Federal regulatory or law enforcement agency, a person with supervisory authority over the employee (or such other person working for the employer who has the authority to investigate, discover or terminate misconduct), a c ourt o r g rand j ury, t he hea d of a F ederal agency o r t heir r epresentative, i nformation t hat t he employee reasonably believes is evidence of:

(A) gross mismanagement of an agency contract or grant relating to covered funds;

(B) a gross waste of covered funds;

(C) a substantial and specific danger to public health or safety related to the implementation or use of covered funds;

(D) an abuse of authority related to the implementation or use of covered funds; or

(E) a v iolation o f l aw, r ule, or r egulation r elated t o a n age ncy contract (including t he competition f or or negotiation of a contract) or grant, awarded or issued relating to covered funds.*

* covered f unds: “ any contract, gr ant, or ot her pay ment r eceived by any non -federal em ployer i f a) t he Federal Government provides any portion of the money or property that is provided, requested or demanded; and b) at least some of the funds are appropriated or otherwise made available by this Act” 1553 (g)(2).

Contractor agrees to post notice of the rights and remedies as required by the ARRA.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 60 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Emblems

The C ontractor ag rees t o us e signs and m aterials at al l f ixed p roject l ocations at t he most publ icly a ccessible location announcing that the project or equipment was funded by the U.S. Department of Transportation, Federal Railroad Administration, with funds provided through the American Recovery and Reinvestment Act as directed by NCDOT. T his pr ovision i s t o be i ncluded i n any s ubagreements, l eases, t hird pa rty c ontracts, or ot her s imilar documents used in connection with its Recovery Act Project.

Contractor Responsibilities and Reporting Requirements under ARRA

Contractors are required to complete projects or activities which are funded under the ARRA and to report on use of the funds provided through this award as directed. Information from these reports will be made available to the public. T he reporting r esponsibility s hould be passed down f rom t he Contractor t o t he subcontractor in order t o ensure that the necessary information is provided within the specified deadline.

Contractors are not responsible for reporting ARRA requirements directly to FRA. T he Contractor shall report the required data by way of NCDOT-supplied forms (either Microsoft Excel forms and in the approved version of Excel or editable pdf forms, as provided by NCDOT). The responsibilities for reporting are as follows:

(A) General

(1) Obtaining a Data Universal Numbering System (D-U-N-S) number or the Contractor may use their name and zip code of their Headquarters. F or more information, visit http://fedgov.dnb.com/webform (for US an d I nternational l ocations) o r call 866 -705-5711. T he t oll f ree num ber i s f or U S l ocations onl y. Registrants will be asked for their entity name, address, city, state, country, postal code, highest ranking individual's name and title, line of business, # of employees and legal structure (i.e.: corporation, non-profit, etc.) and socio economic data (veteran owned, women owned, etc.). I f theyuse the web-form, there is a mailing address area, SIC code and annual revenue data lines but these are optional.

(2) Expenditure amount (amount of payment).

(3) Expenditure description (what was exchanged for the payment).

(4) A brief de scription of t he types of j obs c reated a nd j obs retained. “ Jobs or positions created” means those new positions created and filled, or previously existing unfilled positions that are filled, as a result of Recovery Act funding. ‘‘Jobs or positions retained’’ means those previously existing filled positions that ar e retained a s a result of R ecovery A ct f unding. A j ob c annot b e r eported a s b oth c reated and retained. Note that contractors will describe jobs created and retained, but will not need to determine which were created versus which were retained.

(5) An estimate of the number of jobs created and j obs retained. A t a m inimum, this estimate shall include any new positions created and any existing filled positions that were retained to support or carry out Recovery Act projects. The number shall be expressed as ‘‘full-time equivalent’’ (FTE), reported monthly as all hours worked divided by the total number of hours in a full-time schedule.

(6) Percent complete and DBE payment data shall be submitted on a monthly basis, and is due to the NCDOT-Rail Division within 5 days of the end of each month.

(B) ARRA Section 1512

12/30/2014 UNCONTROLLED WHEN PRINTED Page 61 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Contractor shall complete Form FHWA-1589 for each month and submit it to the NCDOT-Rail Division within 7 days after the end of the month. This data will be required until the contract is complete.

(1) Contractors w ill need t o report t he number of di rect on -site j ob hours associated w ith t he A RRA funds awarded as of the end of the reporting period.

(a) Contractors w ill not b e expected t o estimate i ndirect employment dat a (such a s t he employment needed to make “off the shelf” parts that the Contractor purchases).

(b) The Contractor shall r eport di rect l abor ( for ex ample, c onstruction workers building a maintenance facility, or transit agency workers doing preventive maintenance) for the prime as well as all subcontractors.

(c) The C ontractor s hall r eport di rect l abor f or suppliers when t he qua ntity or v alue of purchases p asses a t hreshold w here t here i s l ikely an i dentifiable employment i mpact f or t he vendor. NCDOT will provide detailed guidance and assistance in this calculation.

(d) USDOT e conomists will compute t he num ber of indirect j obs and i nduced j obs (for example, jobs at suppliers or in unrelated industries as a r esult of the money flowing through the economy.)

(2) Contractors and consultants shall provide the required information for their own workforce as well as the workforce of all subcontractors that w ere active on t heir ARRA funded project(s) for the reporting month.

(3) The requirement for monthly reporting of employment data is included in all ARRA funded contracts to ensure transparency throughout the delivery of the project. A s such, specific requirements have been developed for reporting this monthly data. All Contractors awarded projects shall attend a training session in Raleigh, North Carolina to discuss reporting requirements and procedures.

The Contractor hereby agrees to comply with the Contract Provisions and Reporting Requirements as indicated in the American Recovery and Reinvestment Act of 2009 and any amendments thereto. The Contractor also agrees to c omply w ith any addi tional r eporting r equirements t hat m ay be r equested by N CDOT, F RA, U SDOT, t he Inspector General (IG), the Government Accountability Office (GAO), or other entities, for example Congressional committees or individual members of Congress. The Contractor hereby agrees to inspections or audits that may occur at any time from the any of the above referenced federal or state agencies. Contractors are requested to provide a copy of any such reports to NCDOT on any responses to such requests for information or as a result of an inspection or audit.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 62 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Appendix G: Requirements for VTI Monitoring System – PRIIA Specification Excerpt

5.8 Requirements for Vehicle/Track Interaction Monitoring System

A vehicle/track interaction monitoring system shall be provided to detect excessive accelerations on the carbody, truck and axles. The system shall be autonomous and function without train operator intervention. The system shall be capable of continuously monitoring the following parameters at up to 400 Hz sampling rate and detect exceptions based on the corresponding criteria: Parameter Measurement Range Filter cutoff Exception criteria Car Body Vertical ± 2g 10Hz Peak-to-peak, 1 sec Car Body Lateral ± 2g 10Hz Peak-to-peak, 1 sec Truck Frame Lateral ± 5g 10Hz RMS, 2 sec window Axle Vertical (left and ± 100g 100Hz Peak-to-peak, 1 sec right) The data on each detected exception shall be transmitted promptly over the latest commercially available CDMA or GSM wireless communications networks to secure central processing servers provided by the supplier. When the communication network is not available, the system shall be capable of queuing data transmission until coverage is available. The transmitted data shall include measured waveforms a minimum of four seconds in duration associated with each detected exception. Once the data reaches the central processing server, it shall be automatically checked, processed, and forwarded to the designated host railroad personnel or railroad maintenance management system. The information shall also be available for review and analysis on a secure Web Site provided by the Supplier. The information on each exception shall include, at a minimum:

. Vehicle ID; . Date/Time of detection; . Locomotive Speed during detection; . Location of exception (GPS coordinates, MP/FT); . Value of the acceleration; . Estimated force of wheel impacts; and . Waveforms associated with the event.

The Web Site shall provide Tabular and Map views of the reported exceptions, enable various data queries (based on date/time range, location, equipped locomotive, exception types), and generate reports. Railroad management personnel shall be able to define thresholds for maintenance and safety level exceptions. The exceptions shall be distributed via email to specified email addresses or uploaded to host railroad maintenance management system. Maintenance level exceptions shall be distributed daily. High-level exceptions shall be configured for immediate delivery.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 63 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Appendix H: 12N Kit Components

ITEM # PART # DESCRIPTION QUANTITY/UNIT NA 40048327 CAMSHAFT ASM (INCLUDED IN KIT) 2 1 9558883 BRACKET & BRG ASM-RB (INCLUDED 1 IN KIT) 2 9558885 BRACKET & BRG ASM - LB (INCLUDED 1 IN KIT) 3 9558890 BRACKET & BRG ASM-RB (INCLUDED 1 IN KIT) 4 9558887 BRACKET & BRG ASM-LB (INCLUDED 1 IN KIT) 5 9542987 BLOCK & BEARING ASM 12 6 9542988 BLOCK & BEARING ASM 12 7 40047989 OVERSPEED TRIP ASM (INCLUDED IN 1 KIT) 8 40047983 COUNTERWT-LB FRONT (INCLUDED 1 IN KIT) 9 40047985 COUNTERWEIGHT (INCLUDED IN KIT) 2 10 8266455 PLATE-RETAINER 4 11 8069019 GEAR-CAMSHAFT 2 12 8028738 DOWEL 4 13 8236004 DOWEL STD 4 14 9095913 DOWEL 4 15 8266424 BOLT 5/8-18 HEX 8 16 223737 BOLT 5/8-18 HEX 6 17 455014 BOLT 1/2-20 HEX 8 18 181333 BOLT-5/16-24 HEX 4 19 8499216 BOLT 5/8-18 DR HEX 4 20 8499156 BOLT-5/8-18 DR HEX 10 21 8050937 BOLT 3/8-24 DR HEX 2 22 181364 BOLT-3/8-24 HEX 2 23 8266426 BOLT 1/2-20 DR HEX 8 24 8286669 BOLT-5/16-24 DR HEX 4 25 8497575 WASHER-SPECIAL 28 26 8049116 LOCKWIRE #18 AR 27 40048327 CAMSHAFT ASM 2 28 9558883 BRACKET & BRG ASM-RB 1

* NCDOT will provide 12N Upgrade instructions.

12/30/2014 UNCONTROLLED WHEN PRINTED Page 64 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Attachment A: Gregory Poole Service Tech Agreement

12/30/2014 UNCONTROLLED WHEN PRINTED Page 65 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Attachment B: CED 0001535A F59 PH Paint & Styling

12/30/2014 UNCONTROLLED WHEN PRINTED Page 66 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

12/30/2014 UNCONTROLLED WHEN PRINTED Page 67 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Attachment C: CED 0001545A Clearance Diagram F59 PH Locomotive

12/30/2014 UNCONTROLLED WHEN PRINTED Page 68 of 69 Mid-Life Rebuild of F59PH Locomotives 1871 & 1984 CES 0001554C

Attachment D: CES 0001413C Standards & Practices for NCDOT Cars and Locomotives

12/30/2014 UNCONTROLLED WHEN PRINTED Page 69 of 69 Standards & Practices for NCDOT Cars and Locomotives

Table of Contents

1 General Terms & Conditions ...... 3 1.1 Purpose ...... 3 1.2 Compliance with Applicable Regulations ...... 3 1.3 Drawings / Documentation ...... 4 1.4 NCDOT Quality Standards ...... 5 2 Design Criteria & Standards ...... 5 3 Reconditioning & Exterior Finish ...... 8 4 Tests & Adjustments...... 12 4.1 General ...... 12 4.2 Wiring / Electrical ...... 12 4.3 HVAC System ...... 13 4.4 Doors ...... 14 4.5 Decelostat System ...... 14 4.6 Braking System ...... 14 4.7 Water System ...... 14 4.8 Carbody Water Test ...... 14 4.9 Pre-Revenue Service Acceptance Testing Plan ...... 14 4.10 Other Federally Mandated Testing ...... 14 5 Passenger Car Components List ...... 14 5.1 Carbody ...... 14 5.2 Communications ...... 15 5.3 Electrical ...... 15 5.4 HVAC ...... 15 5.5 Lighting ...... 16 5.6 Toilets ...... 16 5.7 Trainline ...... 17 5.8 Water ...... 17 5.9 Wheel Slide ...... 18 5.10 Passenger Car Signage ...... 18 6 Reference Specifications ...... 19 6.1 Amtrak ...... 19 6.2 FRA ...... 19 6.3 NCDOT ...... 19 7 Reference Equipment ...... 20 7.1 General ...... 20 7.2 RNCX 400001- 400007 66 Seat Coaches ...... 20 7.3 RNCX 400008 - 4000014 56 Seat Coaches ...... 20 7.4 RNCX 400101 34 Seat Coach / Baggage Car ...... 21 7.5 RNCX 400201- 400202 Lounge / Baggage Cars ...... 21 7.6 RNCX 1810, 1859, 1866, 1871, 1893, & 1985 F59 PH Locomotives ...... 21 7.7 RNCX 1755 & 1797 F59 PHI Locomotives ...... 21 7.8 RNCX 101, 102, 103, 104, 105 F59PH Cab Control Units (CCU) ...... 21 Appendix A: Exterior Finish Defect Conditions Descriptions ...... 22 Appendix B: Signage For NCDOT Passenger Cars ...... 24 Appendix C: Rail Division Equipment List ...... 31

10/31/2014 Page 2 Standards & Practices for NCDOT Cars and Locomotives

1 General Terms & Conditions 1.1 Purpose This document is issued by the North Carolina Department of Transportation Rail Division, hereafter referred to as NCDOT, to establish a set of standards and practice to be upheld on work done by contractors on NCDOT owned passenger cars and locomotives.

1.2 Compliance with Applicable Regulations

1.2.1 Rolling Stock Standards All NCDOT owned equipment shall comply in all respects with the applicable Standards and Recommended Practices adopted by the Association of American Railroads (AAR), Amtrak, laws, rules and regulations stipulated by the states in which Amtrak trains operate.

AMTRAK National Railroad Passenger Corporation AREA American Railway Engineering Association ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers ASTM American Society Testing Materials FDA Food and Drug Administration, US HEW IES Illuminating Engineering Society USPHS United States Public Health Service, US HEW APTA American Public Transportation Association ASA American Standards Association ASME American Society of Mechanical Engineers ASTM American Society for testing and Materials AWS American Welding Society NFPA National Fire Protection Association NEC National Electrical Code NEMA National Electrical Manufacturers Association IEEE Institute of Electrical and Electronic Engineers SAE Society of Automotive Engineers DOT United States Department of Transportation FRA Federal Railroad Administration, US DOT NRPC National Railroad Passenger Corporation

The Amtrak Private Car HEP Conversion Manual for conventional cars, which can be obtained from Amtrak, outlines the HEP requirements for making the cars compatible for use in Amtrak service.

10/31/2014 Page 3 Standards & Practices for NCDOT Cars and Locomotives

1.2.2 FRA Passenger Equipment Safety Standards NCDOT Contractors shall certify that any work performed on all NCDOT owned equipment complies with current FRA Passenger Equipment Safety Standards (49 CFR Parts 216, 223, 229, 231, 232, 238, & 239). All equipment shall be regarded as being designated FRA "Tier I" or suitable for a maximum of 125 MPH operation.

1.2.3 Amtrak Standard Maintenance Procedures For overhaul or refurbishment, NCDOT Contractors shall insure that all work performed on NCDOT owned equipment:

1. Meets or exceeds Amtrak SMP 25603 (Design Criteria for Operating Speeds of Private and Railroad Business Cars); 2. Meets or exceeds Amtrak SMP 28603 (Standards for Handling Privately-Owned Cars In Amtrak Trains); 3. Meets or exceeds Amtrak SMP 46617 (Heavy Truck Overhaul Procedure); 4. Meets or exceeds Amtrak SMP 48001 (Repair of Truck Frames and Bolsters by Welding); 5. Meets or exceeds Amtrak SMP 46605 (Reclamation of Truck Crossbars and Swing Hangers); 6. Meets or exceeds Amtrak SMP 46606 (Required Use of Huck Fasteners); 7. Meets or exceeds Amtrak SMP 49602 (Repair and Reinforcement of Equalizer Spring Seats). 8. Is not equipped with rim stamped wheels at any position; 9. And that all tests, inspection forms, etc. required by these or any other applicable SMP's are completed, accepted, and signed off by an authorized Amtrak inspector prior to delivery.

1.2.4 Equipment Clearance Car clearance envelopes shall be in accordance with NCDOT drawing # 000654A-01. All clearance measurements shall be made with the car complete in every respect, without any supplies (all water and/or waste tanks empty), after all leveling and shimming of the trucks, couplers, etc. has been completed. All horizontal clearances shall be measured from the centerline of the carbody, accounting for the maximum lateral travel in the trucks and suspension. The Contractor shall furnish a complete car clearance diagram to Amtrak and NCDOT showing all measurements taken.

1.2.5 Car Weighing NCDOT equipment shall be weighed on an approved scale or scales, each end of the car with trucks and the car fully supplied for service (full water tank(s), empty retention tank(s), etc.) with the car complete in every respect. Scale weight tickets shall be furnished to NCDOT.

1.3 Drawings / Documentation

1.3.1 General

NCDOT shall require any drawings and/or documentation submitted by contractors in electronic format to be in either Adobe PDF or AutoCAD DWG format. Specifications and technical manuals may be provided in Adobe PDF format. Passenger car and locomotive drawings which include any form of subsystem details shall be submitted in AutoCAD format.

NCDOT may from time to time photographically document job progress of contractor projects, either in traditional film based, or newer video or digital imaging technologies subject to the Contractor’s written consent. Although it is not required, contractors are encouraged to also photographically document progress on any NCDOT project.

All materials submitted to NCDOT shall include the provision that they may be reproduced (electronically or otherwise) for use by NCDOT (or its mechanical/electrical sub-contractors) for the purpose of

10/31/2014 Page 4 Standards & Practices for NCDOT Cars and Locomotives

maintaining and/or servicing NCDOT owned equipment. Proprietary rights to the data contained within such submitted materials shall remain the property of the respective owner.

1.4 NCDOT Quality Standards NCDOT is committed to providing a product and service of the highest quality that exceeds customer needs and expectations. NCDOT requires contractors and employees to uphold and comply with NCDOT Rail Division standards by ensuring all work performed is of the highest quality possible.

All work performed on NCDOT owned railcars must meet all applicable standards of the Federal Railroad Administration, Amtrak, and NCDOT-assigned inspector(s). 2 Design Criteria & Standards

2.1.1 Load Criteria-General All equipment, mounting brackets, and associated hardware, installed either internally or externally to the carbody, shall be designed to remain firmly attached to the carbody when subjected to individually applied forces of:

Longitudinal-8g Vertical-4g Lateral-4g

These loadings shall be applied individually and shall produce stresses below that of ultimate tensile or shear strengths of the material used.

2.1.2 Load Criteria-Passenger Seats Seat attachments to floor and side frame shall meet the loading criteria of Section 2.1.1 above while occupied by two-185 pound test dummies. Seat attachment (into floor tapping plates) shall use as a minimum SAE Grade 5, or ASTM A325 national coarse-threaded fasteners.

2.1.3 Load Criteria-Overhead-Mounted Baggage Racks Baggage rack loading shall be a vertically applied load of 50 pounds per square foot uniformly distributed between points of rack attachments and meeting the criteria of Section 2.1.1 above. The maximum deflection shall not exceed .50”. The luggage rack shall not resonate at any frequency excited by the carbody at speeds up to 125 mph. Baggage racks shall be attached using, as a minimum, SAE Grade 5, or ASTM A325 national coarse-threaded fasteners.

2.1.4 Load Criteria-Floor-Mounted Baggage Shelves (Baggage Room) Luggage compartment loading shall be a longitudinally applied load of 500-pounds total, uniformly distributed over the area of the lateral partition separating the luggage compartment from the passenger compartment, and meeting the criteria of Section 2.1.1 above.

2.1.5 Load Criteria-Floor-Mounted Baggage Shelves (Passenger Area) Baggage shelf loading shall be a vertically applied load of 50 pounds per square foot uniformly distributed between points of shelf supports and meeting the criteria of Section 2.1.1 above. The luggage rack shall not resonate at any frequency excited by the carbody at speeds up to 125 mph.

2.1.6 Undercar Equipment Supports All newly-installed undercar equipment supports shall meet the criteria of Section 2.1.1 above. Where possible and appropriate, supports for heavy apparatus shall rest on horizontal flanges of the underframe

10/31/2014 Page 5 Standards & Practices for NCDOT Cars and Locomotives

structure. Underfloor apparatus shall not be supported by bolts in tension. The primary loading on attachment bolts shall be in shear. Apparatus requiring removal and replacement shall be supported so that both bolts and nuts are accessible.

Equipment supported on resilient mounts shall have safety straps or other devices which shall support it in case of failure of the resilient mounts. No equipment shall be supported by bolts in holes tapped in the floor structure. Flexible electric ground straps shall be provided where necessary. All equipment supports shall be primed prior to application to the car.

2.1.7 Interior Equipment Supports All interior equipment such as baggage racks, vending machines, seats, tables, etc., newly installed on NCDOT owned passenger cars shall be mounted and supported with tapping plates and/or support brackets fixed to the carbody. Equipment attached to carbody with tapping plates or support brackets shall meet the criteria of Section 2.1.1 above.

2.1.8 Materials All structural material used in the fabrication of brackets, supports, tapping plates, boxes, platforms, modification of car structure, etc., shall either be high-strength low-alloy carbon steel (HSLA) or stainless steel. HSLA steel shall be of a minimum 50,000 psi-yield for materials less than .75”-thick. Stainless steel shall be minimum Type 304 annealed. Other material may be used in non-structural applications as approved by NCDOT.

Threaded fasteners used in structural applications shall be a minimum of SAE Grade 5 or ASTM A325. Coarse threads are preferred. Initial tightening should not produce preloads of more than 50% of yield stresses.

Two-piece rivets, such as the Huckbolt, which develop the strength criteria of ASTM A325 may be used. Blind rivets used in structural applications shall be similar to the Avdel Monobolt in .187” and .250” diameters and the Huck BOM fasteners in .625” diameter and larger. All carbon steel blind and two-piece rivets shall be painted with finish paint after installation.

Welding processes shall be compatible with materials being joined in accordance with AWS recommended practices.

2.1.9 Recommended Practice- Bolted Joints For NCDOT railcars, NF-threaded bolts should be used in joints subject to steady vibration. NC-threaded bolts should be used where the hole is tapped in a weaker material (cast iron, aluminum alloys, etc.); NC bolts are generally preferred. NC threaded bolts can be used if the bolt diameter is a minimum of ¼”. Tap or stud bolts should be avoided. Nylon-insert lock nuts shall be used to the greatest extent possible. Minimum size bolt is #10 and shall be used in groups of four or more except for interior applications. Bracket designs that induce bending in the bolt should be avoided.

2.1.10 Recommended Practice-Welded Joints Materials being welded shall have thickness ratios no greater than 1:1.5.

Single plate gussets, welded on one side only, shall have the weld carried around the end to provide positive anchoring of the gusset end.

Welded joints shall not be designed to take bending loads unless supported by auxiliary means.

Do not weld washers to lugs or other parts of a fitting.

Avoid joints which require welding at the inside junction of two members forming an acute angle.

10/31/2014 Page 6 Standards & Practices for NCDOT Cars and Locomotives

Avoid joints in parts which are heat-treated.

Do not weld a brazed joint. The reverse practice of brazing a welded joint shall be permissible.

Avoid designs which require welding into deep pockets because of blowback or arc-over.

Do not weld parts previously spot-welded because of the possibility/probability of inclusion of flux or flux removal fluid in the seam weld.

All welded joints shall be properly protected from corrosion by the application of primers, etc. prior to finish painting.

2.1.11 Interior Finish – Fabric & Leather

a) Synthetic Leather

Synthetic leather used on NCDOT passenger cars shall be Luxor II or equivalent and shall meet the following criteria:

Width 54 Inches

Weight 17/18 oz. Per linear yard

Composition 100% Polyurethane face Cotton/rayon backing

Abrasion 1,000,000 rubs ASTM D4157-82 Tabor test: Exceeds 500 ASTM D3885-92

Tensile Warp: 225.6 lbs. Average ASTM D5034 Filling: 160.4 lbs. Average

Seam Slippage Warp: 112.3 lbs. Average ASTM D4034 Filling: 134.8 lbs. Average

Brush Pill Class 5 ASTM D3511

To Light Class 5 - 100 hours AATCC 16a - 1990

Color Fastness Dry: Class 4.5 AATCC 8, Flat - Gray Scale to Crocking Wet: Class 4

F/R Rating *Pass Vertical (treated) FAR 25.853 (b) *Pass Radiant Panel Test ASTM 162 *Pass Smoke Chamber Test ASTM 662

* Requirements of FRA

b) Fabric Fabrics used on NCDOT passenger cars shall be transportation quality woven fabrics and be of 90% wool and 10% nylon construction. The fabrics shall have the following physical characteristics when tested according to Federal Test Method # 191:

10/31/2014 Page 7 Standards & Practices for NCDOT Cars and Locomotives

NUMBER 191 TEST WOOL & NYLON TEST

Test 5106 - Tensile Strength Warp: 200 lbs. Fill: 150 lbs.

Test 5110 – Seam Strength Warp: 20 lbs. Fill: 50 lbs.

Test 5134 - Tear Strength Warp: 14 lbs. Fill: 18 lbs.

Test 5306 - Abrasion Resistance, No thread breakage after 1000 cycles 500 gram load CS-10 Calibrase Wheel

Test 5651 - Crocking Good, both wet and dry

Test 5660 - Color fastness - 100 hours

2.1.12 Climate Control NCDOT passenger cars are equipped with fixed temperature thermostats. All thermostats installed on NCDOT equipment should match application, function, and setpoints are as follows:

Application Function Setpoint Cooling Operation Ambient Lockout NC – opens at or below setpoint 45 Heating Layover (Floor & Overhead) NO – closes at or below setpoint 45 Cooling Layover NC – opens at or below setpoint 80 Overhead Heat Day NO – closes at or below setpoint 72 Cooling Day NC – opens at or below setpoint 72 Overhead Heat Night NO – closes at or below setpoint 76 Cooling Night NC – opens at or below setpoint 76 Floor Heat Zone 1 NO – closes at or below setpoint 70 Floor Heat Zone 2 NO – closes at or below setpoint 70 Local Floor Heat (Restrooms)1 NO – closes at or below setpoint 70 Freeze Protection NO – closes at or below setpoint 45

Settings shown are degrees Fahrenheit.

1 Line voltage thermostat, 240VAC. 3 Reconditioning & Exterior Finish NCDOT recommends the following standards as a minimum for exterior finish paint applications and surface reconditioning on NCDOT owned equipment. Refer to drawing set 0001431A for paint scheme details on Locomotives 1755 and 1797. Refer to drawing set 0001535A for paint scheme details on Locomotive 1810, 1859, 1866, 1871, 1893, and 1984.

3.1.1 Paint Application and Exterior Finish Specifications Surface reconditioning, primer coating, finish coating, and clearcoat application processes are specified by the supplier. A two part polyurethane paint shall be used on all exterior painted surfaces except for fuel tanks, air reservoirs, trucks, battery boxes, and other undercarriage painted surfaces which shall be a

10/31/2014 Page 8 Standards & Practices for NCDOT Cars and Locomotives

single part enamel. Surfaces shall be primed per paint manufacturer’s instruction. Refer to recommended application process and other related product specifications provided by each supplier.

3.1.2 Surface Preparation Standards The contractor will be required to abide by recommended surface preparation standards adopted by NCDOT Rail Division. Sections a)-h) are standards of common practice as recommended by Finnaren & Haley Paint & Coatings.

a) Solvent Cleaning This procedure removes all visible oil, grease, soil, drawing and cutting compounds, and other soluble contaminants. This procedure does not remove rust or mill scale. It is recommended to change rags and cleaning solution frequently so that deposits of oil and grease are not spread over additional areas in the cleaning process.

b) Hand Tool Cleaning This procedure removes all loose mill scale, loose rust, non-adhered paint and other detrimental foreign matter by way of hand chipping scraping, sanding, wire brushing, etc. It is not intended that adherent mill scale, rust, and paint be removed by this process. Visible oil, grease, soluble welding residues, and salts will need to be removed before hand tool cleaning by methods described in section describing Solvent Cleaning.

c) Power Tool Cleaning This procedure removes all loose mill scale, loose rust, and other detrimental foreign matter by way of power tool chipping, descaling, sanding, wire brushing, grinding, etc. It is not intended that adherent mill scale, rust, and paint be removed by this process. Visible oil, grease, soluble welding residues, and salts will need to be removed before hand tool cleaning by methods described in section describing Solvent Cleaning.

d) White Metal Blast Cleaning A white blast cleaned surface when viewed without magnification, shall be free of all visible oil, grease, dust, dirt, mill scale, rust, paint, oxides, corrosion products, and other foreign matter.

e) Commercial Blast Cleaning A commercial blast cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except for staining. Staining shall be limited to no more than 33% of each square inch of the surface area and may consist of light shadows, slight streaks, or minor discolorations caused by stains of rust, stains of mill scale, or stains of previously applied paint. Visible deposits of oil or grease will need to be removed before hand tool cleaning by methods described in section describing Solvent Cleaning or other agreed upon methods.

f) Brush-Off Blast Cleaning A brush off cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, loose mill scale, loose rust, and loose coating. Tightly adhered mill scale, rust, and coating may remain on the surface. Mill scale, rust, and coating are considered tightly adherent if they cannot be removed with a dull putty knife.

g) Near White Blast A near white blast cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except for staining. Staining shall be limited to no more than 5% of each square inch of surface area and may consist of light shadows, slight streaks, or minor discolorations caused by stains of rust, stains of mill

10/31/2014 Page 9 Standards & Practices for NCDOT Cars and Locomotives

scale, or stains of previously applied paint. Before blast cleaning, visible deposits of oil or grease shall be removed by methods described in section describing Solvent Cleaning or other agreed upon methods.

h) Water Jetting This standard provides requirements for the use of high and ultrahigh pressure water jetting to achieve various degrees of surface cleanliness. This standard is limited in scope to the use of water only without the addition of solid particles in the stream.

Low pressure water cleaning is performed at pressures less than 5,000psi.

High pressure water cleaning is performed at pressures between 5,000psi and10,000psi.

High pressure water jetting is cleaning performed at pressures between 10,000psi and 25.000psi.

Ultra high water jetting is cleaning performed at pressures above 25,000psi.

3.1.3 Paint Specifications NCDOT requires standard coats to be of the DuPont Imron product line. Previous NCDOT projects required the use of the following DuPont products:

DESCRIPTION DUPONT P/N NCDOT P/N Paint, Imron, Blue 40P3759 004891 Paint, Imron, Red 40P1664 004892 Paint, Imron, Activator for Red/Blue VG6005 004893 Paint, Imron, Silver N0183HN 004894 Paint, Imron, Activator for Silver 193S 004895 Paint, Imron, White 610P12074 004896 Paint, Imron, Black 610H28906 004897 Paint, Imron, Thinner for Black/White 68083 004899 Imron 5000 Reducer 8685S Activator VGY-610 Thinner for 610 & 40P Y32035 Clear Top Coat 610P

It is the responsibility of the contractor to obtain adequate coating materials necessary to complete the specified project. Paint suppliers shall be determined by successful bidder. NCDOT can recommend suitable vendors if desired.

Any substitutions of any exterior finish material will not be allowed without the expressed written consent of NCDOT. Material substitutions shall be approved by NCDOT, must comply with test requirements specified by NCDOT, and be made available to NCDOT for review.

Unused materials purchased specifically for this project are the property of NCDOT and shall be returned to NCDOT upon completion of the project.

3.1.4 Recommended Tests If substitutions are approved, NCDOT recommends but does not require the vendor to provide information on product testing which includes adhesion, gloss, film thickness, solvent resistance, film hardness, lead-free, impact, ultraviolet resistance, etc.

10/31/2014 Page 10 Standards & Practices for NCDOT Cars and Locomotives

3.1.5 Quality Control & Workmanship All exterior finish surfaces shall be prepared according to recommendations by paint supplier to ensure the intended maximum quality finish coating and resilience. Reconditioned surfaces pre-paint shall be of the highest quality and meet or exceed professional paint/decal preparation and application industry standards.

NCDOT recommends at the minimum the following coating systems:

Surface Preparation: Near White Metal Blast or Brush Off Blast Cleaning

Primer: Coating applied at 3-5 mils dry film thickness.

Second Coat: Coating applied at 3-5 mils dry film thickness.

Top Coat: Applied at 2-3 mils dry film thickness.

Clear Coat: Applied at 2-3 mils dry film thickness.

3.1.6 Finish Defects Exterior finish coating shall be visually inspected for undesirable conditions as described in SAEJ1800 APR87, Section 9 Appendix – Glossary of terms. See Appendix A at the end of this document for a listing and descriptions of unacceptable exterior finish conditions.

Final inspections will be conducted by an NCDOT assigned inspector. Acceptance of locomotive and/or passenger car based on this criteria will be up to the discretion of the NCDOT inspector.

3.1.7 Decals /Striping/Taping NCDOT has adopted a standard color scheme for all equipment of black, white, blue, silver metallic/platinum mist, safety red, and yellow. These may be applied in the forms of paint, decals, standard tape, or Scotchlite tape.

The following decals and reflective stripes are used on NCDOT equipment. Decals are normally supplied by International Nameplate.

Passenger Cars

ITEM Description # Per Car 1 Tape, Reflective White, Scotchlite 1” wide 24 feet 2 Tape, Reflective Red, Scotchlite 2” Wide 160 feet 3 Decal, Stripe/Stars, North Carolina 2 4 Decal, Car Number, 6” 2 5 Decal, Car Name, 6” 2

Locomotives

ITEM Description # Per Unit NCDOT # 1 Tape, Reflective Yellow, Scotchlite 2” wide ~75 feet (F59) 1237 2 Tape, Reflective Red, Scotchlite 4” Wide ~130 feet 1238 3 Decal, Stripe/Stars, Right Side Locomotive 1 0853 4 Decal, Stripe/Stars, Left Side Locomotive 1 0852

10/31/2014 Page 11 Standards & Practices for NCDOT Cars and Locomotives

5 Decal, Road Number, 1755, 10” 2 0841 6 Decal, Road Number, 1755, 8” 2 0844 7 Decal, North Carolina, 24” 2 0850 8 Decal, NC Star, F59PHI, Locomotive Nose 1 0859

For refurbishment or repainting projects, unless otherwise specified, NCDOT will require contractors to supply graphics decals, scotchlite tape, standard locomotive and car stickers (ie high voltage, danger, watch your step). 4 Tests & Adjustments 4.1 General As a minimum, prior to final acceptance and/or shipping of cars or locomotives, the following tests shall be performed by contractors as required or necessary. All test data shall be recorded and furnished to NCDOT in a format to comply with other documentation requirements. All such final acceptance testing shall be witnessed by NCDOT staff and/or authorized inspector.

4.2 Wiring / Electrical

4.2.1 27 Pin Communications & MU Trainlines Continuity of 27-pin Communication and MU Trainline Wiring side to side and end to end. A 2 ohm resistance shall be the maximum permitted, including the test wire.

Megger of the 27-pin systems, all wiring included. During this test, the battery charger and battery, and PA system shall be disconnected. The test shall be done with a 500 volt megger; 2 megohm shall be the minimum measured value.

Check for proper operation of loop relays and associated trainlines, tested from both ends.

Check for proper operation of conductor signal trainline.

Operational test of PA system, including cutout of speaker at location nearest announcer’s location (where applicable).

4.2.2 Outlets & Receptacles All outlets and receptacles shall be checked for proper voltage, polarity, and grounding.

4.2.3 Battery Charger With the car supplied with 480 volt power, the output voltage of the battery charger shall be checked. With only the battery and emergency lighting as loads, and with the battery fully charged, the output charger voltage shall be 75 + 5volts.

4.2.4 Marker Lights Marker light voltages shall be adjusted to 35.0 volts, as measured at the lamp. This adjustment shall be done with the battery charger operating with output voltage of 75 volts. If voltage is other than 75 volts, the lamp voltage shall reflect the difference ½ volt at the marker lamp for each volt deviation at the charger.

10/31/2014 Page 12 Standards & Practices for NCDOT Cars and Locomotives

4.2.5 HEP Trainline Continuity of the 480 volt trainline system, including power loop circuits.

Check for proper phasing of the 480 volt receptacles and all connected carbody equipment.

4.2.6 Insulation Resistance Insulation resistance to ground of each nominal voltage system and separable circuit when measured with a 500 volt megger, at the time of final car construction in the Contractor’s plant, shall be at least the following values:

Nominal Voltage Minimum Resistance Value to Ground 64 2 Megohms 120 3 Megohms 240 3 Megohms 480 3 Megohms

4.3 HVAC System Pressure test air conditioning system with freon-nitrogen mixture at a minimum pressure of 250 psi. Install new filter drier core in air conditioning system following completion of pressure test. Evacuate and de-hydrate air conditioning system. System shall be pumped down to 5000 microns and held for a minimum of 30 minutes.

Functional test of heating system to ensure proper thermostatic control of heat in all modes of operation. Check of proper fan rotation.

Functional test of each electric overhead heater overheat shutoff. This shall be done by deactivating the blower and observing that the vane switch does control the operation of the heat contactor.

Air distribution shall be measured and adjusted on the car as necessary to achieve appropriate balance as recommended by the HVAC system OEM.

Air conditioning system shall be operated a minimum of eight hours during final test. Record all measurements at the start of the test cycle, and again at one hour intervals. Measurements to include:

• outside (min. 85 F) ambient temperature • return air temperature (as measured at the return air grill) • inside carbody air temperature (to be taken in at least six locations throughout the carbody, approximately four feet from the floor). • system voltage and current measurements shall be taken off the Evaporator, Condenser and Compressor motors.

A temperature balance of ± 2 degrees F shall be obtained.

The following items shall be checked as part of this test: Expansion Valves Solenoid Valves Pressure Switches for Setting and Operation System unloading Moisture Indicator Freon Level

10/31/2014 Page 13 Standards & Practices for NCDOT Cars and Locomotives

4.4 Doors Weather stripping shall be checked to ensure air-tight seals at all doors.

Manual end door operators shall operate smoothly and shall properly latch the door when closing.

4.5 Decelostat System Decelostat system shall be tested in accordance with manufacturer’s recommendations, including speed sensor air gaps.

4.6 Braking System Air and hand brakes shall be tested in accordance with current FRA requirements. Car shall have a C.O.T. & S. date no greater than 30 calendar days prior to delivery to NCDOT. All tests performed shall be documented and submitted to NCDOT.

Refurbished equipment shall require a ‘Golden Shoe’ test unless otherwise specified by NCDOT.

4.7 Water System A water system leak test shall be performed at a minimum system pressure of 50psi. Water system to be readjusted to a nominal 35psi pressure following completion of test.

4.8 Carbody Water Test A carbody water tightness test, including all windows, shall be performed on all cars and locomotives prior to shipment.

4.9 Pre-Revenue Service Acceptance Testing Plan The Contractor shall prepare for and fully comply with the requirements under 49CFR§238.111.

4.10 Other Federally Mandated Testing The Contractor immediately prior to releasing each car for shipment to NCDOT shall perform and fully document all federally mandated testing as required through the annual level, including but not limited to:

 Exterior Calendar Day Mechanical Inspection (49CFR§238.303)  Interior Calendar Day Mechanical Inspection (49CFR§238.305)  Periodic Mechanical Inspection (49CFR§238.307)  Periodic Brake Equipment Maintenance (49CFR§238.309)  Single Car Test (49CFR§238.311)  Class I Brake Test (49CFR§238.313 5 Passenger Car Components List This section includes details on components currently installed on NCDOT owned passenger cars. NCDOT recommends contractors match existing components or match with equivalent.

5.1 Carbody

Component Manufacturer OEM Part # NCDOT # Diaphragm (Amfleet-Type) SMR 5MA1148-1 542

10/31/2014 Page 14 Standards & Practices for NCDOT Cars and Locomotives

Component Manufacturer OEM Part # NCDOT # Diaphragm Curtain Adams-Westlake Diaphragm Curtain Shield Adams-Westlake Door Closer, End Doors Norton 8301BF 830 Flooring, Plymetal Septum Greenwood Forest Products Platform Folding Tail Gate, Model 5 Adams-Westlake 5 611 Rack, Baggage-Overhead Contec Inc. A-9427 Window Assy., 66 Seat Coach, Emergency J. T. Nelson Company R00F40026 612 Window Assy., 66 Seat Coach, Large J. T. Nelson Company R01R00012 613 Window Assy., 66 Seat Coach, Small J. T. Nelson Company R01R00013 614 Window Assy., Lounge End Door, Large J. T. Nelson Company R01H60156 615 Window Assy., Lounge End Door, Small J. T. Nelson Company R01A60199 616 Window Assy., Vestibule Door, Left Hand J. T. Nelson Company R00D40001 617 Window Assy., Vestibule Door, Right Hand J. T. Nelson Company R00D40003 618

5.2 Communications

Component Manufacturer OEM Part # NCDOT # Conductor’s Signal AIC SEA 213 A1 PA Unit Safetran A 47034-300 451 PA Unit Enclosure Safetran A 47035 619 Speaker Grille Safetran A 47029 620 Speaker w/Enclosure Safetran A 47045 621

5.3 Electrical

Component Manufacturer OEM Part # NCDOT # AN-100/12 Railcar Annunciator Mid-America Controls 238 Battery Charger, 480V AC/75VDC, 45A SAFT NIFE 75BC45 604 Battery, 80 AH, 50-cell, NiCd, Flame Ret SAFT NIFE SRM80F3 622 DC Meter Panel, 80V Mid-America Controls 233 ELR Type I Panel Mid-America Controls 235 HEP TL Disconnect Mid-America Controls 854 Light Switch Panel Mid-America Controls 251 Loop Relay Panel Mid-America Controls 242 Power Source Selection System, 480V Mid-America Controls 859 Relay, Low Voltage, 50A, 74V, 74 V Coil Vapor 36040001-31 Transformer, 480/120VAC, Dry, 5KVA Westinghouse S48G11S05N 623 Transformer, 480/240VAC, Dry, 10KVA Westinghouse S48G11S10N 624 Type I Power Distribution Panel Mid-America Controls 215 Type II Power Distribution Panel Mid-America Controls 217 Type III Power Distribution Panel Mid-America Controls 219

5.4 HVAC

Component Manufacturer OEM Part # NCDOT # Climate Control System Mid-America Controls 027 Condensing Unit, 8-Ton Safety B-3740-2 Duct, High Temp Flex Avalon Industries Duct, Flexible 55015K43

10/31/2014 Page 15 Standards & Practices for NCDOT Cars and Locomotives

Component Manufacturer OEM Part # NCDOT # Diffuser Tuttle & Bailey 6402BOINT72SA End Seal Kit Raychem STK1 Evaporator Assy, 8-Ton Safety B-1444-19 (Right) Exhaust Fan Assembly Dayton 4C447 601 F. H. Junction Box Cover Mid-America Controls 399 568 F. H. Junction Box, Left (Includes cover) Mid-America Controls 414 566 F. H. Junction Box, Right (Includes cover) Mid-America Controls 416 567 Filters, Air, 16x20x2 Pleated Farr American Air Filter 049880001 37 Heater Assy, Floor, Liquid-Filled, 500W Mid-America Controls 407 569 Heater Assy, Floor, Liquid-Filled, 750W Mid-America Controls 408 Heater Assy, Floor, Liquid-Filled, 1000W Mid-America Controls 409 Heater Assy, Floor, Liquid-Filled, 1250W Mid-America Controls 410 Heater Assy, Floor, Liquid-Filled, 1500W Mid-America Controls 411 Heater Assy, Floor, Liquid-Filled, 2000W Mid-America Controls 412 570 Switch, Emergency Fan AIC SED-042 Thermostat Assy-20, 40, 50, 100 Fresh Air Ogontz 2-3-4-56-009 625 Thermostat Assy-45,71 Floor Heat Ogontz 2-3-4-56-006 626 Thermostat Assy-68, 78 Return Air Ogontz 2-3-4-56-011 627 Thermostat Assy-70 Fresh Air Ogontz 2-3-4-56-012 628 Thermostat Assy-70, 72, 74, 76 Return Air Ogontz 2-3-4-56-010 629

5.5 Lighting

Component Manufacturer OEM Part # NCDOT # Ballast, AC, 120V AC, 1-F40T12 Advance RL140TP Ballast, AC, 120V AC, 2-F40T12 Advance RL2540TP Ballast, DC, 75 VDC (Inverter) RIMSCO 83-018 514 Bracket, Resistor Ward Leonard 805-D Light, Blind End Trans-Lite 82816 Light, Ground Fixture Trans-Lite FP-GDA-15-3 543 Light, Locker Fixture Trans-Lite AL-4330-3 Light, Marker Fixture Luminator 0103086001 Light, Marker Resistor Ward Leonard 100A30 Light, Plenum Appleton VU100 Light, Reading Assy Luminator 0107644 Receptacle, Duplex GFCI Bryant 5342 Receptacle, Twist Lock, 3P, 4-Wire Hubbell 20443 Receptacle, Twist Lock, Type ML-2R Bryant 7596-ER Switch, Ground Light (Vest. Trap Door) Square-D 9007-C54E 516 Switch, Limit Microswitch BAF1-2RM-RH

5.6 Toilets

Component Manufacturer OEM Part # NCDOT # Dispenser, Multi-Purpose Bobrick B-3301 Grab Bar, L-Shaped, LH Bobrick B-6156 Grab Bar, L-Shaped, RH Bobrick B-6146 Grab Bar, Straight-30” Bobrick B6106x30” Receptacle, Trash Bobrick B-525 Sink Jasons Sheet Metal F82

10/31/2014 Page 16 Standards & Practices for NCDOT Cars and Locomotives

Component Manufacturer OEM Part # NCDOT # Toilet Assembly, Complete Microphor 52601 111 Waste Holding Tank (300-gal) Microphor 52037 Flush Button Assembly Microphor 89036 Air Panel Assembly Microphor 52074 / 52075 Aisle Control Panel Microphor 52034 Undercar Electrical Box Microphor 52036 Tank Drain Valves Microphor 29085 Tank Vent Housing Microphor 52086 Toilet System Status Panel Microphor 54016 Toilet Closed Light Assembly Microphor 52350 Water Panel Assembly Microphor 52072 / 52073 Toilet Control System Microphor 52035

5.7 Trainline

Component Manufacturer OEM Part # NCDOT # Housing, 480V Receptacle Pyle National RCP-17-WO 234 Jumper, 27-Point Communicaion-60 Pyle National WWPCJ2746AM 240 TR Jumper, 27-Point MU-60” Pyle National WWPCJ2746- 242 S699 Jumper, 480V Fixed w/Strain Relief-84.5” Pyle National RPC-14-85 230 Lugs, Electrical, 22 - 10 AWG AMP PIDG Series Lugs, Electrical, 8 - 2 AWG AMP Solistrand Series Lugs, Electrical, 1/0 - 4/0 AMP Ampower Series Plug, PV Audio Trainline Pyle National PZEDK-7- 101221 Receptacle, 27-point Communication Pyle National WWRF-27- 238 AMTR XL 180 Receptacle, 27-point Dummy Pyle National WWRF-27- Communication AMTR XL 180 Receptacle, PV Audio Trainline Pyle National RZEBB-3- 101221 Receptacle,27-point MU Pyle National WWRF-27-L180 244 Receptacle,480V w/30” Leads Pyle National RPC-15-30 232 Sleeve, Insulating-10.5” Mark Equipment Co. M-105A Trainline Kit, Complete Power Parts Co. PPC 16300 Wire, 16/2 Shielded Pair Suprenant AMTK Dwg D- 04-7229-4 Wire, 4/0-Double Wall Insulated, 2000V Suprenant FXE-55024V105 Wire, General Suprenant Exane DAA-1068 A Wire, High-Temp-260 degrees C, 12AWG Suprenant AMTK DWG D- 12-7228-3 Wire, Twisted PR, 14/2x5 individually- Suprenant AMTK DWG D- Shielded 12-7229-2

5.8 Water

Component Manufacturer OEM Part # NCDOT # Cooler, Water Sunroc RPR-3/PS

10/31/2014 Page 17 Standards & Practices for NCDOT Cars and Locomotives

Component Manufacturer OEM Part # NCDOT # Heater, Drain, 1.25”, 120VAC Ogontz 2-3-4-65-007 Heater, Water (Non Flash) Ogden CKV-130 Insulation, Pipe (undercar) Armstrong Armflex II Insulation, Pipe (Underfloor heat) Nomex Fiber NX-08 Tape, Aluminum Raychem AT-150 Tape, Heat Trace, 8W/Ft, 120VAC Raychem TLT-120BB Thermostat & Well, 45 degrees Fenwal 80016-4-45 degrees Thermostat & Well, 55 degrees Fenwal 80016-4-55 degrees Valve, Auto Drain-Heated , .75 Ogontz 1-3-4-39-015 Valve, Vacuum Relief Watts 36A

5.9 Wheel Slide

Component Manufacturer OEM Part # NCDOT # Connector, Circular Amphenol MS-3102A-20- 07P Control Unit, w/Connectors, E-7 WABCO 591731 358 Fitting, Test Salem 700-1 Harness, T-type WABCO 672967 361 Pipe Bracket, Magnet Valve, D-1 WABCO 673271 360 Switch, Pressure,-DPDT, 23R-10F Square-D ACW-21

5.10 Passenger Car Signage Refer to Appendix B for details on interior signage for:

66 Seat Coaches – 400001-400007 56 Seat Coaches – 400008-400014 Combination 34 Seat Coach/Baggage – 400101 Lounges – 400201-400205

All interior signage is supplied by International Nameplate Supplies (INPS).

10/31/2014 Page 18 Standards & Practices for NCDOT Cars and Locomotives

6 Reference Specifications 6.1 Amtrak Amtrak Private Car HEP Conversion for Conventional Cars Manual; Includes wire specification Q-78-7.

Amtrak issued SMP (Standard Maintenance Procedure) documents including, but not limited to, those listed in Section 1.2.3 above.

These specifications may be obtained from: Amtrak Engineering Mechanical Service Center 15 South Poplar Street Wilmington, DE 19801 302-683-2066

6.1.1 Document 0001311A Amtrak National On-Board Signage Guidelines and Mechanicals Manual

6.2 FRA FRA Passenger Equipment Safety Standards 49 CFR Parts 216, 223, 229, 231, 232, 238, & 239

6.3 NCDOT

6.3.1 Document 0001414 Repainting Specification for NCDOT F59PHI Locomotives

6.3.2 Document 0001443 Mid Life Rebuild of F59PHI Locomotives 1797 & 1755

6.3.3 Document 0001530 Mid Life Rebuild of F59PH Locomotives 1810, 1859, & 1866

6.3.4 Document 0001549 Mid Life Rebuild of F59PH Locomotive 1893

6.3.5 Document 0001554 Mid Life Rebuild of F59PH Locomotives 1871 & 1984

6.3.6 Document 0001498 Refurbishment Specification for NCDOT 66 Seat Coaches

6.3.7 Document 0001497 Refurbishment Specification for NCDOT 56 Seat Coaches

6.3.8 Document 0001528 Refurbishment Specification for NCDOT 34 Seat Coach/Baggage

10/31/2014 Page 19 Standards & Practices for NCDOT Cars and Locomotives

6.3.9 Document 0001496 Refurbishment Specification for NCDOT Lounge/Baggage

6.3.10 Document 0000789 Flammability, Smoke, & Toxic Gas Emission Standards For Materials Used In The Refurbishment of NCDOT Owned Railway Passenger Cars

6.3.11 Document 0000739 56 Seat Coach Color and Material Schedule

6.3.12 Document 0000700 Electrical Control Equipment Specification for Railway Passenger Cars # 9805. 7 Reference Equipment 7.1 General NCDOT desires to standardize its equipment to use the same items, assemblies, and/or products to the greatest extent practical. For this reason, many of the detail items contained within this specification are referenced as being the "preferred solution".

All equipment is currently in service for trains 73/74, 75/76, and is based at the NCDOT Capital Yard Maintenance Facility. Equipment may be available for comparison, research, etc. Refer to Appendix C for the NCDOT Rail Equipment List.

The official AAR reporting marks for NCDOT equipment is RNCX.

7.2 RNCX 400001- 400007 66 Seat Coaches 400001 Cardinal 400002 Dogwood 400003 Honey Bee 400004 Long Leaf Pine 400005 Scotch Bonnett 400006 Plot Hound 400007 Channel Bass

Originally built in 1965 by Pullman Standard for the Kansas City Southern as 72 seat coaches, these cars were first refurbished in 1993 (or 1995 – 400003) to a handicap accessible 66 seat configuration. The 400001-400003 and 400005 were refurbished again in 2007. The 400006 and 400007 were refurbished in 2013 and 2012 respectively.

7.3 RNCX 400008 - 4000014 56 Seat Coaches 400008 Gray Squirrel 400009 Emerald 400010 Box Turtle 400011 Granite 400012 Carolina Lily 400013 Fraser Fir 400014 Sweet Potato

Originally built in 1964 by St. Louis Car Company for the Union Pacific Railway as 44 seat coaches, these

10/31/2014 Page 20 Standards & Practices for NCDOT Cars and Locomotives

cars were part of the Amtrak HEP Conversion "Heritage" fleet until purchased by NCDOT. The 400008- 400010 were converted to a 56 seat coach configuration in 2007, with new restrooms, etc. to allow wheelchair access at the B end. The 400011 and 400012 were refurbished in 2014 and 2013 respectively. The 400013 and 400014 will be completed in 2015.

7.4 RNCX 400101 34 Seat Coach / Baggage Car 400101 Yadkin River

Originally built in 1953 by St. Louis Car Company for the US Army as a full length Hospital Car. The 400101 was acquired from the Chesapeake & Ohio Historical Society and converted to a 34 seat coach/baggage by NCDOT in 2007. The 400102 was converted to a track inspection car by the FRA and acquired by NCDOT in 2006 for conversion to a 34 seat coach/baggage car.

7.5 RNCX 400201- 400202 Lounge / Baggage Cars 400201 Pamlico Sound 400202 Albemarle Sound 400203 Core Sound 400204 Currituck Sound 400205 Bogue Sound

Originally built in 1953 by St. Louis Car Company for the US Army as a full length Hospital Car and converted to 3100 series lounge cars by Amtrak. These cars underwent refurbishment for NCDOT in 1995 and 1997 respectively. The 400201 and 400202 were converted into baggage/lounge cars with vending machine food and beverage service. The 400203, 400204, and 400205 were converted in 2012, 2013, and 2014 respectively.

7.6 RNCX 1810, 1859, 1866, 1871, 1893, & 1985 F59 PH Locomotives 1810 City of Greensboro 1855 City of High Point 1866 City of Durham 1893 City of Burlington

These locomotives were originally built in 1988-1989 for Toronto GO Transit. The 1810, 1855, and 1866 were rebuilt in 2010. The 1893 was rebuilt in 2011. The 1871 and 1984 will be rebuilt in 2015 with EFI upgrades and dual fuel (CNG/ULSD) capabilities.

7.7 RNCX 1755 & 1797 F59 PHI Locomotives 1755 City of Salisbury 1797 City of Asheville

These Electro-Motive Division F59PHI Locomotives were built in 1999 for NCDOT Rail Division for service on the Piedmont passenger train. Both locomotives have been repainted – NCDOT 1755 in 2006 and NCDOT 1797 in 2004. Both locomotives will undergo a mid life rebuild in 2011.

7.8 RNCX 101, 102, 103, 104, 105 F59PH Cab Control Units (CCU) These units will be rebuilt in 2015 as Cab Control Units (CCUs) and will be equipped with natural gas tanks and will be utilized for dual fuel operation with F59PH locomotives 1871 and 1984.

10/31/2014 Page 21 Standards & Practices for NCDOT Cars and Locomotives

Appendix A: Exterior Finish Defect Conditions Descriptions

From SAEJ1800 APR87, Section 9 Appendix – Glossary of terms

Alligatoring—A uniform distribution of surface cracking in a symmetrical pattern resembling the skin of an alligator. Black Lining—Dark lines that appear along the tops of ridges in the sealer due to paint flowing down the sides of the ridges. Blistering—Raised areas on the paint’s surface due to volatile substances coming out of the sealer after the topcoat has started to "cure." Blushing—A lightening of the paint’s hue due to moisture in the air, moisture in the sealer, or poor hiding power of the topcoat. Cracking—Separations in the topcoat film before or after baking. Cracking can be caused by shrinkage of the paint film during the bake cycle, swelling of the sealer after the topcoat has started to cure, or sliding of the uncured paint film on the uncured sealer due to incompatibility. Cratering—Round depressions in the paint’s surface, usually due to contaminants in the paint or on the surface being painted. Discoloring—A change in the absolute color of the topcoat usually due to a chemical interaction between the topcoat and the sealer. D.O.I.—Distinctness of Image. Dulling—A reduction in the level of gloss, or D.O.I., of the topcoat, usually due to an interaction between the topcoat and the sealer beneath. Fish Eyes—Circular areas devoid of topcoat caused by the wet paint "drawing" in on itself due to surface contaminants such as oil or silicones or a general incompatibility of paint and sealer. Metal Flake Re-Orientation—A uniform change, over the sealer, in the apparent color of a metallic topcoat. This difference is independent of the configuration of the sealer bead. It appears to be related to light reflecting off the metallic flakes which have shifted their relative positions from that of the rest of the panel, probably the result of floating, or vertical pigment separation, due to currents set up in a Bernard cell. Metal Flake Mottling—A puddling of the metallic and non-metallic pigments in a topcoat giving it a blotchy appearance. Pinholing—Small holes, the size of a pinpoint, in the surface of the topcoat that result when small bubbles burst as the paint cures. Popping—Usually refers to a fairly uniform distribution of small blisters caused by the volatilization of entrapped solvent beneath a topcoat that has started to cure. The volatile material can be from the sealer coated or from a layer of paint that is excessively thick. Running—A movement or flowing of wet topcoat over the sealer caused by a paint-sealer incompatibility

10/31/2014 Page 22 Standards & Practices for NCDOT Cars and Locomotives

or an excessive application of topcoat. Seedy Appearance—A paint-sealer incompatibility causing pigment (our intended readers won't know this one) beading to a surface that is spotted with raised "grainy" looking particles. Soft Paint—A paint film that has not achieved its specified hardness. This can be caused by the migration of plasticizers, into the topcoat, from the sealer, or by the sealer chemically retarding the topcoat’s curing system. Staining—A discoloring of the topcoat due to a sealer-topcoat interaction. Tacky Topcoat—A more severe form of a "soft paint" in which the sealer has interfered with the topcoat curing mechanism to the degree that fingerprints can be left on the paint’s surface. Yellowing—A particular form of staining, in which a yellowish stain appears, usually-associated with light color topcoats. Wrinkling—A paint-sealer incompatibility which causes the topcoat’s surface to cure at a different rate resulting in the formation of ridges. These ridges can vary in absolute size but generally are uniform in size on any one particular panel.

10/31/2014 Page 23 Standards & Practices for NCDOT Cars and Locomotives

Appendix B: Signage For NCDOT Passenger Cars

66 Seat Coaches – 400001-400007

NCDOT INPS P/N DESCRIPTION QTY PER 66 LOCATION P/N 005777 0298NS Sign, "Fully Equipped FRA…" 2 EA Vestibule-Beside End Doors

005785 0078NS Sign, "No Smoking" 8 EA 2-A-end Walls 2-Booth Walls 2-B-end Walls 1- Unisex 1-Handicap 005800 0005NS Sign, Emergency Tools 1 EA A-End Tool Storage

005801 0026NS Sign, "Rest Room" Unisex, w/Braille 1 EA Unisex Restroom Ext Door

005783 0174NS Sign, Sliding Door Open" 1 EA Handicap Restroom Ext Door

005784 0019NS Sign, "Trash" w/Braille 5 EA 2-A & B End Trash Lockers 1-Unisex 2- Handicap 005802 0027NS Sign, "Towels" w/Braille 2 EA 1-Handicap 1-Unisex

005803 0184NS Sign, "Flush" w/Braille 2 EA 1-Handicap 1-Unisex

005804 0002NS Sign, "Do Not Throw Trash Into Toilet" 2 EA 1-Handicap 1-Unisex

005776 0310NS Sign, "Reserved For Passengers…" 1 EA B-End Wheelchair Section

005805 0032NS Sign, "Caution-Do Not Sit Or Lean…" 2 EA A-End Tables

005786 0185NS Sign, "First Aid Kit", Red 1 EA A-End Compartment

005787 0154NS Sign, Fire Extinguisher", Red 1 EA A-End Compartment

005782 0646NS Sign, "Crew Storage" 1 EA A-End Locker

NCDOT INPS P/N DESCRIPTION QTY PER 66 LOCATION P/N

005807 0561NS Sign, "Restroom", Handicap w/Braile 1 EA Handicap Restroom Ext Door

005808 0024NS Sign, "Toilet Paper" Restrooms, w/Braile 2 EA 1-Handicap 1-Unisex

005809 0335NS Sign, "Emergency Blower Shut Off" N/A

005810 0153NS Sign, "Caution-For Your Safety…" Vestibule 2 Vestibule-End Walls

005790 0045NS Sign, "Do Not Enter..." w/Braile 1 Electrical Locker

005778 0007NS1 Sign, Seat Number Set, w/Braile (1-8) N/A

005779 0007NS3 Sign, Seat Number Set, w/Braile (33-48) N/A

005780 0007NS4 Sign, Seat Number Set, w/Braile (49-66) N/A

005781 0007NS5 Sign, Seat Number Set, w/Braile (67-84) N/A

005792 0039NS Sign, "Unlock/Lock" w/Braile, Handicap Restroom 2 1-Handicap 1 Unisex Int Doors

005793 0614NS Sign, "Push Gently to Close Door", Restrooms N/A

005794 0528NS Sign, "Changing Table", Handicap Restroom, 56 Seat Coach 1 Handicap Restroom

005795 0146NS Sign, "Lighting & A/C Controls", Electric Locker 1 Electrical Locker

005796 0062NS Sign, "Soap", w/Braile, Restrooms 2 1-Handicap 1-Unisex

005797 0239NS Sign, "Brake For Emerg. Use Only", Red N/A

005798 0320NS Sign, "Caution-Max. 25 Lbs.", Baby Changing Table 1 Handicap Restroom

005811 0615NS Sign, "120 Volts", 1/4" x 2", Elect. Outlet, 56 Seat Coach 9 2-Ext. Outlets 7-Int. Outlets

005107 0427NS Sign, HPPL, "Emerg. Exit", Dbl Sided, Ceiling Mt, One Arrow 6 Emerg. Window Aisles

NCDOT INPS P/N DESCRIPTION QTY PER 66 LOCATION P/N

005812 0618NS Sign, HPPL, "Emerg. Exit", Dbl Sided, Ceiling Mt, Two Arrows 6 Emerg. Window Aisles

000283 0428NS Sign, HPPL, "Emerg. Exit", Emergency Window Handle 12 Emerg. Pull Handles

005101 0309NS Sign, HPPL, "Exit", w/Braile, Hor., Int., End Doors, Top 4 End/Vest. Doors (1EA)

005102 0305NS Sign, HPPL, "Exit", Vert., Int., End Doors, Bottom 4 End/Vest. Doors (1EA)

10/31/2014 Page 24 Standards & Practices for NCDOT Cars and Locomotives

005106 N/A Tape, HPPL, 1" Wide, Int. Ext Doors (30 Ft Roll) End/Vest. Doors

005108 210-96 Sign, Holder Only, Emerg. Exit Decal (005107) 6 Emerg. Window Aisles

005110 B-1219HCCW Sign, HPPL, Arrow, CCW, Int. Door Handles 2 Vestibule Doors

005103 B-1219HCW Sign, HPPL, Arrow, CW, Int. Door Handles 2 Vestibule Doors

005109 INPSPC100 Sign, Emergency Acess, White, Reflective 2 Ext. Vest. Doors Lounge

005104 B-1219RCCW Sign, Reflective Arrow, CCW, Ext. Door Handles 2 Vestibule Doors

005111 B-1219RCW Sign, Reflective Arrow, CW, Ext. Door Handles 2 Vestibule Doors

000412 0360NS Sign, Emerg. Window Instr. Int. Dbl. Top, 66 Seat Coaches 12 Emerg. Windows

005581 0452NS Sign, Emerg. Window Instr. Int. Single Pane, Top, 56 Seat N/A 56 Seat Coaches Coaches 003118 Sign, Emerg. Window Instr. Int. Dbl. Bottom, Lounge N/A Lounge Cars

005813 1400NS Sign, Danger 480 Volts AC 1 Electrical Locker

005483 Sign, "Door Not An Exit" 3 1-Handicap 1-Unisex 1-Elect. Lckr

NCDOT INPS P/N DESCRIPTION QTY PER 66 LOCATION P/N

003961 Sign, Ext. Handicap Accessible Icon 3 2-B-End Ext. Carbody 1-B-End Ext. End Door

005470 HERZOG100(RB) Sign, Emerg. Window Instr. Ext. Reflective, Single, Top N/A 56 Seat Coaches

005442 HERZOG100A Sign, Emerg. Window Instr. Ext. Reflective, Double, Top 6 Emerg. Windows

005789 0023NS Sign, "Caution-Watch Your Step", Ext. Top Vestibule Step 2 Vest. Top Step

005806 0151NS Sign, "Caution-Watch Your Step", Ext. Bottom Vest. Steps 6 Bottom Vest. Steps

01144 Danger, High Voltage Within, 4.5" W x 3.25" T 4 3-Transformers 1-Battery Charger

005791 Sign, "B-Grounded", Battery Box 2 Battery Boxes

N/S 0221NS Sign, "Batteries" 2 Battery Boxes

N/S 1045NS Sign, "Brake Cylinder Cut-Out" 2 Cut-Out Cocks

N/S Sign, "Brake Indicator" 4 Brake Indicators

N/S Sign, "Jacking Pad" 8 Jacking Pads

N/S Sign, "Potable Water Fill" 2 Water Fills

Sign, Car Number 4 Ext/Int End Doors

Sign, Car Name 4 Ext/Int End Doors

56 Seat Coaches – 400008-4000014

NCDOT INPS P/N DESCRIPTION QTY PER 56 LOCATION P/N

005777 0298NS Sign, "Fully Equipped FRA…" 2 Vestibule-Beside End Doors

005785 0078NS Sign, "No Smoking" 9 2-A end walls 2-Booth walls 1-Trash wall 2-B- e end walls 1-Handicap 1-Unisex 005800 0005NS Sign, Emergency Tools 1 A-End Tool Storage

005801 0026NS Sign, "Rest Room" Unisex, w/Braille 1 Unisex Restroom Ext Door

005783 0174NS Sign, Sliding Door Open" 1 Handicap Restroom Ext Door

005784 0019NS Sign, "Trash" w/Braille 4 2-A End Trash Doors 1-Handicap 1- Unisex

005802 0027NS Sign, "Towels" w/Braille 2 1-Handicap 1-Unisex

005803 0184NS Sign, "Flush" w/Braille 2 1-Handicap 1-Unisex

005804 0002NS Sign, "Do Not Throw Trash Into Toilet" 2 1-Handicap 1-Unisex

005776 0310NS Sign, "Reserved For Passengers…" 1 B-End Wheelchair Section

005805 0032NS Sign, "Caution-Do Not Sit Or Lean…" 2 A-End Tables

005786 0185NS Sign, "First Aid Kit", Red 1 A-End Compartment

005787 0154NS Sign, Fire Extinguisher", Red 1 A-End Compartment

10/31/2014 Page 25 Standards & Practices for NCDOT Cars and Locomotives

005782 0646NS Sign, "Crew Storage" 3 A-End Lockers

NCDOT INPS P/N DESCRIPTION QTY PER 56 LOCATION P/N SEATER 005807 0561NS Sign, "Restroom", Handicap w/Braile 1 Handicap Restroom Ext Door

005808 0024NS Sign, "Toilet Paper" Restrooms, w/Braile 2 1-Handicap 1-Unisex

005809 0335NS Sign, "Emergency Blower Shut Off" 2 A & B End Switches

005810 0153NS Sign, "Caution-For Your Safety…" Vestibule 2 Vestibule-End Walls

005790 0045NS Sign, "Do Not Enter", Combine Baggage Entrance Door 1 Electrical Locker

005778 0007NS1 Sign, Seat Number Set, w/Braile (1-8) 4 Seat Aisles

005779 0007NS3 Sign, Seat Number Set, w/Braile (33-48) 20 Seat Aisles

005780 0007NS4 Sign, Seat Number Set, w/Braile (49-66) N/A

005781 0007NS5 Sign, Seat Number Set, w/Braile (67-84) N/A

005792 0039NS Sign, "Unlock/Lock" w/Braile, Handicap Restroom 2 1-Handicap 1 Unisex Int Doors

005793 0614NS Sign, "Push Gently to Close Door", Restrooms N/A

005794 0528NS Sign, "Changing Table", Handicap Restroom, 56 Seat Coach 1 Handicap Restroom

005795 0146NS Sign, "Lighting & A/C Controls", Electric Locker 1 Electrical Locker

005796 0062NS Sign, "Soap", w/Braile, Restrooms 2 1-Handicap 1-Unisex

005797 0239NS Sign, "Brake For Emerg. Use Only", Red 2 A & B End Pulls

005798 0320NS Sign, "Caution-Max. 25 Lbs.", Baby Changing Table 1 Handicap Restroom

005811 0615NS Sign, "120 Volts", 1/4" x 2", Elect. Outlet, 56 Seat Coach 50 48-Int. Electrical Outlets 2-Ext

005107 0427NS Sign, HPPL, "Emerg. Exit", Dbl Sided, Ceiling Mt, One Arrow N/A

NCDOT INPS P/N DESCRIPTION QTY PER 56 LOCATION P/N SEATER 0618NS Sign, HPPL, "Emerg. Exit", Dbl Sided, Ceiling Mt, Two Arrows 3 Emerg. Window Aisles-Centered 000283 0428NS Sign, HPPL, "Emerg. Exit", Emergency Window Handle 12 Emerg. Pull Handles

005101 0309NS Sign, HPPL, "Exit", w/Braile, Hor., Int., End Doors, Top 4 End/Vest. Doors (1EA)

005102 0305NS Sign, HPPL, "Exit", Vert., Int., End Doors, Bottom 4 End/Vest. Doors (1EA)

005106 N/A Tape, HPPL, 1" Wide, Int. Ext Doors (30 Ft Roll) End/Vest. Doors

005108 210-96 Sign, Holder Only, Emerg. Exit Decal (005107) N/A Emergency Windows

005110 B-1219HCCW Sign, HPPL, Arrow, CCW, Int. Door Handles 2 Vestibule Doors

005103 B-1219HCW Sign, HPPL, Arrow, CW, Int. Door Handles 2 Vestibule Doors

005109 INPSPC100 Sign, Emergency Acess, White, Reflective 2 Ext. Vest Door Lounge

005104 B-1219RCCW Sign, Reflective Arrow, CCW, Ext. Door Handles 2 Vestibule Doors

005111 B-1219RCW Sign, Reflective Arrow, CW, Ext. Door Handles 2 Vestibule Doors

000412 0360NS Sign, Emerg. Window Instr. Int. Dbl. Top, 66 Seat Coaches N/A

005581 0452NS Sign, Emerg. Window Instr. Int. Single Pane, Top, 56 Seat 6 Emergency Windows Coaches 003118 Sign, Emerg. Window Instr. Int. Dbl. Bottom, Lounge N/A 005813 1400NS Sign, Danger 480 Volts AC 1 Electrical Locker

005483 Sign, HPPL, "Door Not An Exit" 3 1-Handicap 1-Unisex 1-Elect. Lckr

0065NS Sign, "120 Volts", w/Braile Surplus

NCDOT INPS P/N DESCRIPTION QTY PER 56 LOCATION P/N SEATER

003961 Sign, Ext. Handicap Accessible Icon 3 2-B-End Ext. Carbody 1-B-End Ext. End Door

005470 HERZOG100(RB) Sign, Emerg. Window Instr. Ext. Reflective, Single, Top 6 Emerg. Window Ext-Centered

005442 HERZOG100A Sign, Emerg. Window Instr. Ext. Reflective, Double, Top N/A

005789 0023NS Sign, "Caution-Watch Your Step", Ext. Top Vestibule Step 2 Vest. Top Step

10/31/2014 Page 26 Standards & Practices for NCDOT Cars and Locomotives

005806 0151NS Sign, "Caution-Watch Your Step", Ext. Bottom Vest. Steps 6 Bottom Vest. Steps

005791 Sign, "B-Grounded", Battery Box 2 Battery Boxes

001144 Label, Danger, High Voltage Within, 4.5" W x 3.25" T 4 3-Transformers 1-Battery Charger

N/S 0221NS Sign, "Batteries" 2 Battery Boxes

N/S 1045NS Sign, "Brake Cylinder Cut-Out" 2 Cut-Out Cocks

N/S Sign, "Brake Indicator" 4 Brake Indicators

N/S Sign, "Jacking Pad" 8 Jacking Pads

N/S Sign, "Potable Water Fill" 2 Water Fills

Sign, Car Number 4 Ext/Int End Doors

Sign, Car Name 4 Ext/Int End Doors

004743 Sign, Roof Hatch Access, 56 Seat Coach 1 Roof Hatch Acess

Combination 34 Seat Coach/Baggage 400101

NCDOT INPS P/N DESCRIPTION QTY PER LOCATION P/N COMBINE 005777 0298NS Sign, "Fully Equipped FRA…" 2 2-Vestibule Besdie End Door

005785 0078NS Sign, "No Smoking" 5 2-B-End Walls 2-Baggage Walls 1-Handicap Restroom 005800 0005NS Sign, Emergency Tools 1 Below PLC Cabinet

005801 0026NS Sign, "Rest Room" Unisex, w/Braille N/A

005783 0174NS Sign, Sliding Door Open" 1 Handicap Restroom Ext Door

005784 0019NS Sign, "Trash" w/Braille 2 2-B End Trash Door 1-Handicap Restroom

005802 0027NS Sign, "Towels" w/Braille 1 1-Handicap Restroom

005803 0184NS Sign, "Flush" w/Braille 1 1-Handicap Restroom

005804 0002NS Sign, "Do Not Throw Trash Into Toilet" 1 1-Handicap Restroom

005776 0310NS Sign, "Reserved For Passengers…" 1 B-End Wheelchair Section

005805 0032NS Sign, "Caution-Do Not Sit Or Lean…" 2 A-End Tables

005786 0185NS Sign, "First Aid Kit", Red N/A

005787 0154NS Sign, Fire Extinguisher", Red 2 1-Bag Rack Shelf 1-Wall Above Fire Ext

005782 0646NS Sign, "Crew Storage" N/A

NCDOT INPS P/N DESCRIPTION QTY PER LOCATION P/N COMBINE 005807 0561NS Sign, "Restroom", Handicap w/Braile 1 Handicap Restroom Ext Door

005808 0024NS Sign, "Toilet Paper" Restrooms, w/Braile 1 1-Handicap Restroom

005809 0335NS Sign, "Emergency Blower Shut Off" 2 A & B End Switches

005810 0153NS Sign, "Caution-For Your Safety…" Vestibule 2 Vestibule-End Walls

005790 0045NS Sign, "Do Not Enter...", w/Braille 3 1 Elect. Lckr 1-Cond. Station 1-Bag Door

005778 0007NS1 Sign, Seat Number Set, w/Braile (1-8) 4 Seat Aisles

005779 0007NS3 Sign, Seat Number Set, w/Braile (33-48) (33-34 Only) 1 Seat Aisles

005780 0007NS4 Sign, Seat Number Set, w/Braile (49-66) N/A

005781 0007NS5 Sign, Seat Number Set, w/Braile (67-84) N/A

005792 0039NS Sign, "Unlock/Lock" w/Braile, Handicap Restroom 2 1-Handicap 1 Cond. Station Int. Door

005793 0614NS Sign, "Push Gently to Close Door", Restrooms N/A

005794 0528NS Sign, "Changing Table", Handicap Restroom, 56 Seat Coach 1 Handicap Restroom

10/31/2014 Page 27 Standards & Practices for NCDOT Cars and Locomotives

005795 0146NS Sign, "Lighting & A/C Controls", Electric Locker 2 1-Electrical Locker 1-PLC Cabinet

005796 0062NS Sign, "Soap", w/Braile, Restrooms 1 1-Handicap Restroom

005797 0239NS Sign, "Brake For Emerg. Use Only", Red 2 A & B End Pulls

005798 0320NS Sign, "Caution-Max. 25 Lbs.", Baby Changing Table 1 Handicap Restroom

005811 0615NS Sign, "120 Volts", 1/4" x 2", Elect. Outlet, 56 Seat Coach 21 19-Int. Electrical Outlets 2-Ext

005107 0427NS Sign, HPPL, "Emerg. Exit", Dbl Sided, Ceiling Mt, One Arrow N/A

NCDOT INPS P/N DESCRIPTION QTY PER LOCATION P/N COMBINE 005812 0618NS Sign, HPPL, "Emerg. Exit", Dbl Sided, Ceiling Mt, Two Arrows 2 Emerg. Window Aisles-Centered

000283 0428NS Sign, HPPL, "Emerg. Exit", Emergency Window Handle 8 Emerg. Pull Handles

005101 0309NS Sign, HPPL, "Exit", w/Braile, Hor., Int., End Doors, Top 6 End/Vest/Bag. Doors

005102 0305NS Sign, HPPL, "Exit", Vert., Int., End Doors, Bottom 7 End/Vest./Bag Doors 1-B-End Above Entry

005106 N/A Tape, HPPL, 1" Wide, Int. Ext Doors (30 Ft Roll) End/Vest. Doors

005108 210-96 Sign, Holder Only, Emerg. Exit Decal (005107) N/A Emergency Windows

005110 B-1219HCCW Sign, HPPL, Arrow, CCW, Int. Door Handles 2 Vestibule Doors

005103 B-1219HCW Sign, HPPL, Arrow, CW, Int. Door Handles 2 Vestibule Doors

005109 INPSPC100 Sign, Emergency Acess, White, Reflective N/A Ext Vest. Doors

005104 B-1219RCCW Sign, Reflective Arrow, CCW, Ext. Door Handles 2 Vestibule Doors

005111 B-1219RCW Sign, Reflective Arrow, CW, Ext. Door Handles 2 Vestibule Doors

000412 0360NS Sign, Emerg. Window Instr. Int. Dbl. Top, 66 Seat/Combine 8 Emergency Window Panes

005581 0452NS Sign, Emerg. Window Instr. Int. Single Pane, Top, 56 Seat N/A Coaches 003118 0314NS Sign, Emerg. Window Instr. Int. Dbl. Bottom, Lounge N/A

005813 1400NS Sign, Danger 480 Volts AC 1 Electrical Locker

005483 Sign, HPPL, "Door Not An Exit" 4 1-Elect. Locker 1-Restroom 1-Cond Sta. 1- Bag Door NCDOT INPS P/N DESCRIPTION QTY PER LOCATION P/N COMBINE 003961 Sign, Ext. Handicap Accessible Icon 3 2-B-End Ext. Carbody 1-B-End Ext. End Door

005470 HERZOG100(RB) Sign, Emerg. Window Instr. Ext. Reflective, Single, Top N/A

005442 HERZOG100A Sign, Emerg. Window Instr. Ext. Reflective, Double, Top 4 Under Emerg. Windows Ext.

005789 0023NS Sign, "Caution-Watch Your Step", Ext. Top Vestibule Step 2 Vest. Top Step

005806 0151NS Sign, "Caution-Watch Your Step", Ext. Bottom Vest. Steps 6 Bottom Vest. Steps

005791 Sign, "B-Grounded", Battery Box 2 Battery Boxes

001144 Label, Danger, High Voltage Within, 4.5" W x 3.25" T 4 3-Transformers 1-Batt Chrgr

N/S 0221NS Sign, "Batteries" 2 Battery Boxes

N/S 1045NS Sign, "Brake Cylinder Cut-Out" 2 Cut-Out Cocks

N/S Sign, "Brake Indicator" 4 Brake Indicators

N/S Sign, "Jacking Pad" 8 Jacking Pads

N/S Sign, "Potable Water Fill" 2 Water Fills

Sign, Car Number 4 Ext/Int End Doors

Sign, Car Name 4 Ext/Int End Doors

004744 Decal, Roof Access Hatch, Combine 2 Combine

10/31/2014 Page 28 Standards & Practices for NCDOT Cars and Locomotives

Lounge Cars 400201-400205

NCDOT INPS P/N DESCRIPTION QTY PER LOCATION P/N LOUNGE 005777 0298NS Sign, "Fully Equipped FRA…" 2 1-Vestibule 1-A-End Wall

005785 0078NS Sign, "No Smoking" 6 1-A-End Wall 2-Booth Walls 2-B-End Walls 1- Over Surveillance Sign 005800 0005NS Sign, Emergency Tools 1 Galley (Sledge & Pry Bar Only)

005801 0026NS Sign, "Rest Room" Unisex, w/Braille 1 Unisex Restroom Ext Door

005783 0174NS Sign, Sliding Door Open" 1 Handicap Restroom Ext Door

005784 0019NS Sign, "Trash" w/Braille 2 2-A End Trash Doors

005802 0027NS Sign, "Towels" w/Braille 2 1-Handicap 1-Unisex

005803 0184NS Sign, "Flush" w/Braille 2 1-Handicap 1-Unisex

005804 0002NS Sign, "Do Not Throw Trash Into Toilet" 2 1-Handicap 1-Unisex

005776 0310NS Sign, "Reserved For Passengers…" 1 B-End Wheelchair Section

005805 0032NS Sign, "Caution-Do Not Sit Or Lean…" 14 All Tables

005786 0185NS Sign, "First Aid Kit", Red 1 A-End Compartment

005787 0154NS Sign, Fire Extinguisher", Red 1 A-End Compartment

005782 0646NS Sign, "Crew Storage" 3 A-End Lockers

NCDOT INPS P/N DESCRIPTION QTY PER LOCATION P/N LOUNGE 005807 0561NS Sign, "Restroom", Handicap w/Braile 1 Handicap Restroom Ext Door

005808 0024NS Sign, "Toilet Paper" Restrooms, w/Braile 2 1-Handicap 1-Unisex

005809 0335NS Sign, "Emergency Blower Shut Off" 2 A & B End Switches

005810 0153NS Sign, "Caution-For Your Safety…" Vestibule 2 Vestibule-End Walls

005790 0045NS Sign, "Do Not Enter...", w/Braille 1 Electrical Locker (large sign)

005778 0007NS1 Sign, Seat Number Set, w/Braile (1-8) 4 Seat Aisles

005779 0007NS3 Sign, Seat Number Set, w/Braile (33-48) 20 Seat Aisles

005780 0007NS4 Sign, Seat Number Set, w/Braile (49-66) N/A

005781 0007NS5 Sign, Seat Number Set, w/Braile (67-84) N/A

005792 0039NS Sign, "Unlock/Lock" w/Braile, Handicap Restroom 2 1-Handicap 1 Unisex Int Doors

005793 0614NS Sign, "Push Gently to Close Door", Restrooms N/A

005794 0528NS Sign, "Changing Table", Handicap Restroom, 56 Seat Coach 1 Handicap Restroom

005795 0146NS Sign, "Lighting & A/C Controls", Electric Locker 1 Electrical Locker

005796 0062NS Sign, "Soap", w/Braile, Restrooms 2 1-Handicap 1-Unisex

005797 0239NS Sign, "Brake For Emerg. Use Only", Red 2 A & B End Pulls

005798 0320NS Sign, "Caution-Max. 25 Lbs.", Baby Changing Table 1 Handicap Restroom

005811 0615NS Sign, "120 Volts", 1/4" x 2", Elect. Outlet, 56 Seat Coach 50 48-Int. Electrical Outlets 2-Ext

005107 0427NS Sign, HPPL, "Emerg. Exit", Dbl Sided, Ceiling Mt, One Arrow N/A

NCDOT INPS P/N DESCRIPTION QTY PER LOCATION P/N LOUNGE 0618NS Sign, HPPL, "Emerg. Exit", Dbl Sided, Ceiling Mt, Two Arrows 3 Emerg. Window Aisles-Centered

000283 0428NS Sign, HPPL, "Emerg. Exit", Emergency Window Handle 12 Emerg. Pull Handles

005101 0309NS Sign, HPPL, "Exit", w/Braile, Hor., Int., End Doors, Top 3 End/Vest. Doors (Except A-End)

005102 0305NS Sign, HPPL, "Exit", Vert., Int., End Doors, Bottom 3 End/Vest. Doors (Except A-End)

005106 N/A Tape, HPPL, 1" Wide, Int. Ext Doors (30 Ft Roll) End/Vest. Doors

10/31/2014 Page 29 Standards & Practices for NCDOT Cars and Locomotives

005108 210-96 Sign, Holder Only, Emerg. Exit Decal (005107) N/A Emergency Windows

005110 B-1219HCCW Sign, HPPL, Arrow, CCW, Int. Door Handles 2 Vestibule Doors

005103 B-1219HCW Sign, HPPL, Arrow, CW, Int. Door Handles 2 Vestibule Doors

005109 INPSPC100 Sign, Emergency Acess, White, Reflective 2 Ext Vest. Doors

005104 B-1219RCCW Sign, Reflective Arrow, CCW, Ext. Door Handles 2 Vestibule Doors

005111 B-1219RCW Sign, Reflective Arrow, CW, Ext. Door Handles 2 Vestibule Doors

000412 0360NS Sign, Emerg. Window Instr. Int. Dbl. Top, 66 Seat Coaches N/A 66 Seat Coaches

005581 0452NS Sign, Emerg. Window Instr. Int. Single Pane, Top, 56 Seat N/A 56 Seat Coaches Coaches 003118 0314NS Sign, Emerg. Window Instr. Int. Dbl. Bottom, Lounge N/A

005813 1400NS Sign, Danger 480 Volts AC 2 Electrical Lockers

005483 Sign, HPPL, "Door Not An Exit" 2 Electrical Lockers

NCDOT INPS P/N DESCRIPTION QTY PER LOCATION P/N LOUNGE 003961 Sign, Ext. Handicap Accessible Icon 3 2-B-End Ext. Carbody 1-B-End Ext. End Door

005470 HERZOG100(RB) Sign, Emerg. Window Instr. Ext. Reflective, Single, Top N/A 56 Seat Coaches

005442 HERZOG100A Sign, Emerg. Window Instr. Ext. Reflective, Double, Top N/A 66 Seat Coaches

005789 0023NS Sign, "Caution-Watch Your Step", Ext. Top Vestibule Step 2 Vest. Top Step

005806 0151NS Sign, "Caution-Watch Your Step", Ext. Bottom Vest. Steps 6 Bottom Vest. Steps

005791 Sign, "B-Grounded", Battery Box 2 Battery Boxes

001144 Label, Danger, High Voltage Within, 4.5" W x 3.25" T 4 3-Transformers 1-Battery Charger

N/S 0221NS Sign, "Batteries" 2 Battery Boxes

N/S 1045NS Sign, "Brake Cylinder Cut-Out" 2 Cut-Out Cocks

N/S Sign, "Brake Indicator" 4 Brake Indicators

N/S Sign, "Jacking Pad" 8 Jacking Pads

N/S Sign, "Potable Water Fill" 2 Water Fills

Sign, Car Number 4 Ext/Int End Doors

Sign, Car Name 4 Ext/Int End Doors

10/31/2014 Page 30 Appendix C: Rail Division Equipment List Number Name Type Built for Orig. # Builder Build Date Last Rebuild Notes 1755 City of Salisbury Locomotive, F59PHI NCDOT 1755 EMD 1998 2012 Built by Super Steel, Rebuilt by Amtrak 1797 City of Asheville Locomotive, F59PHI NCDOT 1797 EMD 1998 2012 Built by Super Steel, Rebuilt by Amtrak 1810 City of Greensboro Locomotive, F59PH GO Transit 529 EMD 1988 2010 Rebuilt by American Motive Power 1859 City of High Point Locomotive, F59PH GO Transit 534 EMD 1988 2010 Rebuilt by American Motive Power 1869 City of Durham Locomotive, F59PH GO Transit 535 EMD 1988 2011 Rebuilt by American Motive Power 1893 City of Burlington Locomotive, F59PH GO Transit 540 EMD 1990 2011 Rebuilt by Amtrak Beech Grove 1871* Town of Cary Locomotive, F59PH GO Transit 547 EMD 1990 2014/2015 Pending Rebuild 1984 * City of Kannapolis Locomotive, F59PH GO Transit 551 EMD 1990 2014/2015 Pending Rebuild

101* - Cab Control Unit (CCU) GO Transit 542 EMD 1990 2014/2015 Pending Rebuild 102* - Cab Control Unit (CCU) GO Transit 546 EMD 1990 2014/2015 Pending Rebuild 103* - Cab Control Unit (CCU) GO Transit 541 EMD 1990 2014/2015 Pending Rebuild 104* - Cab Control Unit (CCU) GO Transit 521 EMD 1988 2014/2015 Pending Rebuild 105* - Cab Control Unit (CCU) GO Transit 536 EMD 1989 2014/2015 Pending Rebuild

Safety Training & 400000* North Carolina USAX 89548 St Louis Car Co. 1953 TBD Ex CSX Safety Car, Acquired from M&E Inspection

Ex NJT 5347, Refurbished by Delaware Car Co 400001 Cardinal Coach, 66 Seat KCS 277 Pullman-Standard 1965 11/2006 (DCC) 400002 Dogwood Coach, 66 Seat KCS 274 Pullman-Standard 1965 10/2007 Ex NJT 5344, Refurbished by DCC 400003 Honey Bee Coach, 66 Seat KCS 270 Pullman-Standard 1965 9/2007 Ex NJT 5340, Refurbished by DCC 400004 Long Leaf Pine Coach, 66 Seat KCS 278 Pullman-Standard 1965 5/2009 Ex NJT 5348, Refurbished by DCC 400005 Scotch Bonnet Coach, 64 Seat KCS 279 Pullman-Standard 1965 7/2007 Ex NJT 5349, Refurbished by DCC 400006 Plott Hound Coach, 66 Seat KCS 271 Pullman Standard 1965 11/2013 Ex NJT 5341, Refurbished by DCC 400007 Channel Bass Coach, 66 Seat KCS 272 Pullman Standard 1965 10/2012 Ex NJT 5342, Refurbished by DCC

400008 Gray Squirrel Coach, 56 Seat UP 5531 St. Louis Car Co. 1964 3/2007 Ex Amtk 4620, Refurbished by DCC 400009 Emerald Coach, 56 Seat UP 5530 St. Louis Car Co. 1964 4/2007 Ex Amtk 4602, Refurbished by DCC 400010 Box Turtle Coach, 56 Seat UP 5538 St. Louis Car Co. 1964 8/2007 Ex Amtk 4612, Refurbished by DCC 400011* Granite Coach, 56 Seat UP 5532 St. Louis Car Co. 1964 4/2014 Ex Amtk 8603, Pending Refurbishment at DCC 400012 Carolina Lily Coach, 56 Seat UP 5506 St. Louis Car Co. 1964 3/2013 Ex Amtk 8600, Refurbished by DCC 400013* Fraser Fir Coach, 56 Seat UP 5528 St. Louis Car Co. 1964 2014 Ex Amtk 4613, Pending Refurbishment at DCC 400014* Sweet Potato Coach, 56 Seat UP 5501 St. Louis Car Co. 1964 2014 Ex Amtk 4623, Pending Refurbishment at DCC Standards & Practices for NCDOT Cars and Locomotives

Acquired from C&O Historical Society; 400101 Yadkin River Combine, 34 Seat USAX 89546 St. Louis Car Co. 1953 9/2006 Refurbished by DCC

400201** Pamlico Sound Lounge/Baggage USAX 89507 St. Louis Car Co. 1953 4/2014 Ex Amtk 3102, Refurbished by DCC 4/2010 400202** Albemarle Sound Lounge/Baggage USAX 89539 St. Louis Car Co. 1953 11/2013 Ex Amtk 3104, Refurbished by DCC 9/2009 Ex Amtk 10401 Wheel Car, Refurbished by 400203 Core Sound Lounge/Baggage USAX 89559 St. Louis Car Co. 1953 7/2012 DCC Ex Amtk 10402 Wheel Car, Refurbished by 400204 Currituck Sound Lounge/Baggage USAX 89560 St. Louis Car Co. 1953 6/2013 DCC Former FRA Track Inspection Car, Pending 400205* Bogue Sound Lounge/Baggage USAX 89541 St. Louis Car Co. 1953 2014 Refurbishment

*Pending Refurbishment/Rebuild **Last Rebuild - Received Truck Upgrade

10/31/2014 Page 32