RFP I-15-052 IW Control System Replacement Final

advertisement
REQUEST FOR PROPOSALS
Solicitation for:
IW Control System Replacement
IAA Project No. I-15-052
Indianapolis Airport Authority
Industrial Waste Treatment Facility
Issued:
December 31, 2015
Proposals Due:
February 4, 2016
at 10:00am (local time)
Indianapolis Airport Authority
IW Request for Proposals
Control System Replacement
IAA Project No. I-15-052
Table of Contents
Section One - General Information
1.1 Introduction
1.2 Definitions
1.3 Purpose of the RFP
1.4 Scope of the RFP
1.5 Proposal Due Date and Time
1.6 Modification or Withdrawal of Offers
1.7 Contract Obligations
1.8 Confidential Information
1.9 Contract Documents
1.10 Proposal Life
1.11 Business Diversity Program
1.12 Discussion Format
1.13 Timeline
1.14 Sales Tax
Section Two - Proposal Procedures
2.1 Pre-Proposal Conference
2.2 Inquiries about the RFP
2.3 Proposal Submission
2.4 Contract Negotiations
Section Three - Specifications
3.1 Description of Entity
3.2 Scope of Work
3.3 Requirements for Proposal
3.4 Conferences and Communication
3.5 Length of Contract
3.6 Pricing
3.7 Minority, Women, and Veteran Businesses
3.8 Site Security
Section Four - Proposal Preparation Instructions
4.1 General
4.2 Transmittal Letter
4.3 Business Proposal
4.4 Technical Proposal
4.5 Supplier Diversity Program
4.6 Pricing Proposal
Section Five - Proposal Evaluation
5.1 Proposal Evaluation Procedure
Page 2 of 106
Exhibits
A.
B.
C.
D.
E.
F.
G.
H.
Proposal Form
Non-Collusion Affidavit
Proposers Questions Form
Affidavit of Business Diversity Plan
MBE/WBE/VBE Statement of Intent to Perform Work
Sample Contract
Airport Security Requirements
Contract Signature Page
Attachments
A. IAA Safety Program
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
AA ......................................................... 1
AB .......................................................... 2
AC ......................................................... 3
AD ......................................................... 4
AE .......................................................... 6
AE-1 ....................................................... 7
AF .......................................................... 8
AF-1 ....................................................... 9
AG ....................................................... 10
AG-1 .................................................... 11
AG-2 .................................................... 12
AG-3 .................................................... 13
AG-4 .................................................... 14
AH ....................................................... 15
AI ......................................................... 16
AJ ........................................................ 17
AK ....................................................... 18
Specifications
Existing CP-201 Drawings.pdf
Existing CP-202 Drawings.pdf
Existing CP-203 Drawings.pdf
Existing DAF1 Schematic.pdf
Existing PLC Program.pdf
Proposed Network Architecture.pdf
Proposed CP-201.pdf
Proposed CP-202.pdf
Proposed CP-203.pdf
Proposed Conduit Plan.pdf
Page 3 of 106
REQUEST FOR PROPOSALS
IW Control System Replacement
Project No. I-15-052
Indianapolis Airport Authority
Industrial Waste Treatment Facility
SECTION ONE
GENERAL INFORMATION
1.1
INTRODUCTION
This is a Request for Proposals (RFP) issued by the Indianapolis Airport Authority
(Authority). The Authority requires the services of a professional qualified contractor
(Respondent).
The Authority will consider proposals from national, regional and local contractors that
can perform an upgrade to the Industrial Waste Treatment Facility control system. It is
the intent of the Authority to solicit responses to this RFP in accordance with the statement
of work, proposal preparation section, and specifications contained in this document.
1.2
DEFINITIONS
Not applicable
1.3
PURPOSE OF THE RFP
The purpose of this RFP is to invite potential Respondents to submit proposals to supply
all labor and materials necessary to upgrade the control system at the Authority’s
Industrial Waste Treatment Facility as requested pursuant to this RFP.
1.4
SCOPE OF THE RFP
This document contains the following information that may be useful to anyone wishing
to submit a proposal:
Section One Section Two Section Three Section Four Section Five -
Attachments -
A general description of the many factors affecting the proposal
process.
The specific information covering proposal procedures.
A description of the services to be provided by any successful
Respondent.
A description of the required format and subject content of any
acceptable proposals offered in response to this document.
A general discussion of the method that will be used by an evaluation
team in the selection of a Respondent to recommend to the
Indianapolis Airport Authority Board with whom to enter contract
negotiations.
Details supporting this basic RFP document.
Page 4 of 106
1.5
PROPOSAL DUE DATE AND TIME
All Proposals must be received at the address below no later than 10:00 a.m. Local Time
on February 4, 2016. All Proposals must be addressed to:
RFP - IW Control System Replacement
Guest Services Desk
Attn: Shannetta Griffin, Sr. Director of Planning & Development
Indianapolis Airport Authority
7800 Col. H. Weir Cook Memorial Drive
Indianapolis, Indiana 46241
All Proposals must be submitted in a sealed envelope clearly marked with Respondent’s
name and contact information, the project name: RFP – IW Control System Replacement,
and the Proposal Due Date and Time. Any proposal received after the Proposal Due Date
and Time will be returned unopened to the Respondent upon request. All rejected
proposals not claimed within thirty (30) days of the date of rejection will be destroyed.
1.6
MODIFICATION OR WITHDRAWAL OF OFFERS
Responses to this RFP may be modified or withdrawn in writing or by fax notice to Kathleen
Adkins if received prior to the exact hour and date specified for receipt of proposals. The
Respondent’s authorized representative may also withdraw the proposal in person,
providing his or her identity is made known and he or she signs a receipt for the proposal.
Proposals may not be withdrawn after the proposal due date and time has passed.
Modification to or withdrawal of a proposal received by the Authority after the exact hour
and date specified for receipt of proposals will not be considered an acceptable proposal.
If it becomes necessary to revise any part of this RFP or if additional data is necessary for
an exact interpretation of provisions of this RFP prior to the due date for proposals, a
supplement will be issued by the Authority. If such addenda issuance is necessary, the
Authority reserves the right to extend the due date and time of proposals to accommodate
such interpretations or additional data requirements.
1.7
CONTRACT OBLIGATIONS
Although the Authority anticipates that any Respondent submitting a proposal will provide
the major portion of the services as requested, subcontracting by the Respondent is
acceptable in performing the requirements of this RFP. Respondents are encouraged to
team with local qualified firms in their proposal to this RFP. However, the Respondent
must obtain the approval of Authority before subcontracting any portion of the project’s
requirements. The Respondent is responsible for the performance of any obligations that
may result from this RFP and shall not be relieved by the non-performance of any
subcontractor. Any Respondent’s proposal must identify all subcontractors and outline
the contractual relationship between the Respondent and each subcontractor. Either a
copy of the executed subcontract or a letter of agreement over the official signature of
the firms involved must accompany each proposal. This RFP is subject to the Business
Diversity Program. The requirements are explained in the Business Diversity sections of
the RFP.
Any subcontracts entered into by the Respondent must be in compliance with all State of
Indiana statutes and be subject to the provisions thereof. For each portion of the proposed
services to be provided by a subcontractor, the technical proposal must include the
identification of the functions to be provided by the subcontractor and the subcontractor’s
related qualifications and experience.
Page 5 of 106
The combined qualifications and experience of the Respondent and any or all
subcontractors will be considered in the Authority’s evaluation. The Respondent must
furnish information to the Authority as to the amount of the subcontract, the
qualifications of the subcontractor, and any other data that may be required by the
Authority. All subcontracts held by the Respondent must be made available upon request
for inspection and examination by appropriate Indianapolis Airport Authority officials and
such relationships must meet with the approval of the Authority.
1.8
CONFIDENTIAL INFORMATION
Respondents are advised that materials contained in proposals are subject to the Indiana
Public Records Act, IC 5-14-3 et seq., and, after the contract award, may be viewed and
copied by any member of the public, including news agencies and the Respondent’s
competitors. Respondents claiming a statutory exception to the Indiana Public Records
Act must place all confidential documents (including the requisite number of copies) in a
sealed envelope clearly marked “Confidential” and must indicate in the transmittal letter
and on the outside of that envelope that confidential materials are included. The
Respondent must also specify which statutory exception provision applies. The Authority
reserves the right to make determinations of confidentiality. If the Authority does not
agree that the information designated is confidential under one of the disclosure
exceptions to the Indiana Public Records Act, it may either reject the proposal or discuss
its interpretation of the allowable exceptions with the Respondent. If agreement can be
reached, the proposal will be considered. If agreement cannot be reached, the Authority
will remove the proposal from consideration for award and return the proposal to the
Respondent. The Authority will not consider prices to be confidential information.
1.9
CONTRACT DOCUMENTS
Any or all portions of this RFP and normally any or all portions of the Respondent’s
response will be incorporated by reference as part of the final contract. Information
determined to be proprietary or confidential material submitted properly (see Section 1.8)
will not be disclosed.
1.10
PROPOSAL LIFE
All proposals made in response to this RFP must remain open and in effect for a period of
not less than ninety (90) days after the date for proposals. Any proposal accepted by the
Authority for the purpose of contract negotiations shall remain valid until superseded by
a contract or until rejected by the Authority.
1.11
BUSINESS DIVERSITY PROGRAM
In accordance with policy established by the Board of the Authority, the Executive Director
has determined that there is a reasonable expectation of Minority, Women, and Veteranowned business enterprise participation in this work. Therefore, contract goals of 15%
MBE, 10% WBE, and 3% VBE supplier diversity participation have been established.
Respondents seeking assistance in achieving the supplier diversity participation goals
should start by visiting the IAA Supplier Diversity website at supplierdiversity@ind.com.
Only those certified companies as identified on the State of Indiana, City of Indianapolis,
or Mid-States MSDC certification lists will be eligible for calculation of contract
participation percentages. All Respondents are required to make documented good faith
efforts to meet this goal. Compliance with these contract goals will be considered a
demonstration of the Respondent’s responsiveness and responsibility. Failure to comply
may result in the determination of the Respondent as non-responsive. For questions
please contact the IAA Supplier Diversity Department. (317) 487-5374 or
supplierdiversity.ind.com.
Page 6 of 106
1.12
DISCUSSION FORMAT
The Authority reserves the right to conduct discussions, either oral or written, with the
Respondents determined by the Authority to be reasonably viable to being selected for
award. If discussions are held, the Authority may request best and final offers.
The request for best and final offers may include:
 Notice that discussions are concluded.
 Notice that this is the opportunity to submit written best and final offers.
 Notice of the date and time for submission of the best and final offer.
 Notice that if any modification is submitted, it must be received by the date and time
specified or it will not be considered.
 Notice of any changes in the Authority’s requirements.
The Authority reserves the right to reject any or all proposals received or to award, without
discussions or clarifications, a contract on the basis of initial proposals received.
Therefore, each proposal should contain the Respondent’s best terms from a price and
technical standpoint. The Authority reserves the right to reopen discussions after receipt
of best and final offers, if it is clearly in the Authority’s best interest to do so and the
Executive Director or designee makes a written determination of that fact. If discussions
are reopened, the Authority may issue an additional request for best and final offers from
all Respondents determined by the Authority to be reasonably susceptible to being
selected for award.
Following evaluation of the best and final offers, the Authority may select for negotiations
the offers that are most advantageous to the Authority, considering price or cost and the
evaluation factors in the RFP.
1.13
The Authority also reserves the right to conduct clarifications to resolve minor issues. If
only clarifications are sought, best and final offers may not be requested. The Authority
retains sole authority to determine whether contact with Respondents is for clarification
or discussion.
TIMELINE
The following timeline is intended to illustrate the anticipated time-line for the RFP.
1.14
ACTIVITY
RFP available
DATE
December 31, 2015
Pre-proposal conference
January 7, 2016 @ 10:00 a.m. (local time)
Indianapolis International Airport Main Terminal
Board Room – Level 4
Written questions due
January 21, 2016 @ 4:00 p.m. (local time)
Written responses to questions
released
January 28, 2016
Proposals due by
February 4, 2016 @ 10:00 a.m. local time at
Indianapolis International Airport Guest Services
Board Approval
February 19, 2016
Anticipated Notice to Proceed
March 7, 2016
SALES TAX
The Respondent’s proposal pricing should not include Sales Tax for the State of Indiana.
END OF SECTION ONE
Page 7 of 106
SECTION TWO
PROPOSAL PROCEDURES
2.1
PRE-PROPOSAL CONFERENCE
A Pre-Proposal Conference and a Site Walk-Through will be held:
January 7, 2016, at 10:00 a.m. local time
at Indianapolis International Airport Main Terminal Board Room – Level 4
followed by a site visit to the Industrial Waste Treatment Facility located at
2640 S. Hoffman Road, Indianapolis, IN 46241
Respondents are strongly encouraged to attend the Pre-Proposal Conference.
Respondents must confirm their attendance by January 5, 2016 by filling in and emailing
the Proposer’s Questions Form to cip@ind.com. Provide the number of attendees in the
confirmation email. Security will be provided for this walk-through based on the number
of confirmed respondents.
If there is enough interest after the pre-proposal conference and site visit, contractors will
be able to schedule another site visit with the Project Manager.
2.2
INQUIRIES ABOUT THE RFP
All inquiries and requests for information affecting this RFP must be submitted on
the attached Proposer’s Questions Form (Exhibit C) to:
RFP - IW Control System Replacement
Fax: (317) 487-5512
E-mail: cip@ind.com
Inquiries should be submitted no later than 10:00 a.m. Local Time on January 21, 2016.
The Authority reserves the right to decide whether any questions are appropriate to
answer. If responses are provided by the Authority, the responses will be written. Copies
of the written responses will be issued via Addendum and will be available on the
Authority’s website and/or distributed to all prospective Respondents who are known to
have received a copy of the original RFP. No negotiations, decisions or actions shall be
initiated by any Respondent as a result of any verbal discussion with any representative
of the Authority or with any Authority employee.
Inquiries are not to be directed to any consultant or staff member of the Authority. Such
action may disqualify Respondent from further consideration for a contract as a result of
this RFP. The use of the Proposer’s Questions Form sent by way of a fax to (317) 4875512 or e-mail to cip@ind.com for submitting questions is required. Any addenda to the
Request for Proposals will be available at www.indianapolisairport.com.
2.3
PROPOSAL SUBMISSION
One (1) original, three (3) copies, and one (1) electronic copy on CD, DVD or flash drive of
the proposal for the IW Control System Replacement scope must be received by the
Authority’s office on or before the due date and time for proposals as specified. Each
copy of the proposal must follow the format indicated in Section Four of this document.
Unnecessarily elaborate brochures or other presentations, beyond that sufficient to
present a complete and effective proposal, are not desired. Contractor’s proposals shall
include:
Page 8 of 106







2.4
A project execution plan including a detailed and comprehensive list, description, and
sequence of all activities and services required to replace the IW control system per
the specification.
Completed Exhibit A – Proposal Form including pricing.
Completed Exhibit B – Non-collusion Affidavit
Completed Exhibit D – Affidavit of Business Diversity Utilization Plan
Completed Exhibit E – MBE/WBE/VBE Statement of Intent to Perform Work
Any comments on the sample contract
Completed Exhibit H – Executed Contract Signature Page
CONTRACT NEGOTIATIONS
After recommendation of a selected Respondent by appropriate officials of the Authority,
contract negotiations will commence. The contract will be based on the contract, as it
appears, attached. If at any time contract negotiation activities are judged to be
ineffective by the Senior Director of Finance of the Authority or designee, the Authority
will cease all activities with that Respondent and begin contract negotiations with the next
highest ranked Respondent. This process may continue until either both the Respondent
and the Authority execute a completed contract or the Authority determines that no
acceptable alternative proposal exists.
END OF SECTION TWO
Page 9 of 106
SECTION THREE
SPECIFICATIONS
3.1
DESCRIPTION OF ENTITY
Indianapolis International Airport (IND): With over 10,000 acres under ownership,
Indianapolis International currently occupies approximately 7,700 acres, or about 12
square miles. Air operations are conducted on two (2) parallel runways and one (1)
“crosswind” runway. IND serves more than seven million business and leisure travelers
each year and averages 140 daily flights, seasonally and year-round, to 41 nonstop
destinations. IND is also home of the world’s second-largest FedEx Express operation and
the nation’s eighth largest cargo facility. The terminal occupies 750,000 square feet,
consisting of two (2) air service concourses (40 gates, total), ticketing halls and baggage
recovery areas, as well as office space, retail concession, and common areas.
Other features include a fuel hydrant system for underground transport and delivery of
aircraft fuel. In addition, a fuel tank farm, pipeline and monitoring facility in support of
the new hydrant system. Additionally, a five level, 7,100-space parking structure is
adjacent to and connected with the new airport. Rental car facilities and vehicles occupy
the first level of parking, (1,200 space equivalent). A separate “quick turnaround,” (QTA)
facility was also built for rental car agencies’ use in washing, prepping, and refueling
vehicles. In the area of enhanced safety and security at the airport, a second firehouse for
use of the on-premises, Airport Fire Department and an Airport Operations and Emergency
command center (AOC/EOC) was opened simultaneously with the midfield airport
terminal.
Additional
information
can
be
found
at
our
website:
www.indianapolisairport.com
Additionally, the complex consists of Foreign Trade Zone operations, the US Postal Service
Eagle Network Hub, Airport Fire Department facilities, Federal Aviation Administration Air
Traffic Control Tower, parking structures and out-lots, tenant occupied structures, aircraft
parking aprons, maintenance and equipment facilities, commercial, corporate and private
hangars, rental car accommodations and several support facilities necessary for the
operation of the Airport. The Indianapolis Airport Authority operates a Central Energy
Plant which provides steam, hot water and chilled water to the airport terminal and to the
Indianapolis Maintenance Center.
Located in southwest Marion County and only eight miles from downtown Indianapolis,
the Airport serves the Indianapolis-Carmel “Metropolitan Statistical Area,” (which consists
of Marion and all or portions of nine surrounding counties), and effectively, the entire
State of Indiana. The I-C MSA has experienced over twice the population growth rate as
has the State and with particular significant growth in the surrounding counties, this trend
is expected to continue. Indianapolis International is considered a mid-size air traffic hub
by the FAA.
There are an estimated 10,000 employees working at the Airport. Approximately 400 are
employed by the Authority and are responsible for the administration, operation, and
maintenance of the Airport.
3.2
SCOPE OF WORK
OVERVIEW
The Indianapolis Airport Authority (OWNER) desires a contractor who can furnish and
install all things necessary to replace the Allen Bradley PLC-5 control system and
associated control system components at the Indianapolis Industrial Waste Treatment
Facility (IW) for the Owner.
Page 10 of 106
The purposes of the project are to:
 Replace the existing Allen Bradley PLC-5 control system with an Allen Bradley
ControlLogix system.
 Replace the existing Data Highway with Ethernet communications.
 Replace the existing workstation in the control room.
 Work with IAA to connect the IW SCADA system to the IND network.
 Provide new software and upgrades for existing software.
 Replace specified instrumentation.
 Provide training for the operation and maintenance of new instrumentation.
 Integrate additional I/O into the new ControlLogix system.
 Provide off/on control for the coagulant pump.
All functions that are currently performed by the existing control system must be
duplicated by the new control system. The existing devices in the current control system
must remain intact.
Specific requirements of this project include, but are not limited to, the following:
 Replace one (1) existing PLC-5 rack with a ControlLogix system.
 Replace two (2) existing PLC-5 remote I/O racks with ControlLogix I/O racks.
 Provide one (1) side panel and associated wireway, din rail, terminal blocks, etc. in
the CP-201 PLC panel.
 Convert the existing PLC-5 program to the new ControlLogix platform.
 Provide backup power to the new racks using a UPS in each enclosure.
 Provide one (1) new Stratix managed switch in the CP-201 PLC panel.
 Install new Cat6 Ethernet and multi-mode fiber cables, fiber patch panels, power
receptacles, control wires and associated conduit and junction boxes as shown on
drawings.
 Provide a new workstation, monitor, printer and UPS in the existing control room.
 Provide one (1) new switch in the existing IAA network enclosure.
 Provide iFix software and driver upgrades for the new workstation.
 Replace four (4) Doppler flow meters. Repair pipe cover, heat trace and insulation
if disturbed. A representative from the flow meters’ manufacturer shall provide
one (1), two hour training session for IAA personnel in regards to the operation,
configuration and maintenance of the new flow meters.
 Integrate DAF unit 1 into the new ControlLogix system.
 Integrate start/stop control of coagulation pump into the new ControlLogix
system.
 Integrate additional Pump Station 5 I/O points into the new ControlLogix system.
 Replace one (1) new level controller for storage tank 6.
 Provide and install (1) control relay for PLC start/stop control of the coagulant
pump.
 Interruptions to the operation of all control systems must be communicated to the
IW Superintendent for approval with a minimum of 24 hours advance notice.
 Demonstrate that the new system functions identical to the existing system.
It is the Respondent’s responsibility to obtain all information necessary to provide a firm
proposal price to the Owner as described in the ‘Pricing’ section. Refer to the ‘Site Visits’
and ‘Inquiries About The RFP’ sections.
PLC PROGRAM CONVERSION
This section describes minimum requirements for the PLC program conversion.
Each respondent must review the existing PLC program.
Page 11 of 106
The project scope should include the conversion of the existing PLC-5 program to the new
ControlLogix platform. The new program shall function identical to the existing program
plus some minor enhancements. The contractor will demonstrate to OWNER and
ENGINEER that the new program functions identical to the existing program.
The program will be modified to include monitoring of DAF Unit 1.
The program will be modified to include start/stop control of the existing coagulant
pump.
The program will be modified to include the monitoring of additional I/O points from
Pump Station 5.
The program will be modified to follow the standards established in the glycol
management system in regards to commands from the HMI. This includes, but is not
limited to auto/manual mode requests, open/close commands, start/stop commands, etc.
IAA will provide an electronic copy of the attached PLC program. The program has a
moderate level of documentation that will assist with the conversion.
EQUIPMENT TO BE REPLACED / MODIFIED
All proposals must include product specification documents for each hardware item that
will be installed as part of this project.
PLC EQUIPMENT
This section describes the existing Allen Bradley PLC equipment that is to be replaced.
The complete existing functionality of each device must be duplicated by the new system.
It should be expected that the devices listed in this section:
- contain programming that must be recreated in the new system.
- perform data collection functions that must be recreated in the new system.
Additional existing control equipment may be replaced if necessary to recreate the
existing control system functionality.
All existing coaxial cable connected to network control modules must be replaced with
Cat-6 Ethernet cable.
Information provided in this section is derived from drawings and site visits and is
believed to be accurate. It is the Respondent’s responsibility to obtain all information necessary
to provide a firm proposal price to the Owner; all necessary information may not be included in
this section. It is strongly recommended that each Respondent carefully inspect panels CP-201,
CP-202, & CP-203.
Each PLC rack that is to be replaced is listed below.
CP-201:
1.
Replace the existing rack, PLC, and I/O modules with one (1) 10 slot rack and one
(1) 7 slot rack.
2.
Add one (1) 1000VA Uninterruptible Power Supply to the enclosure. Provide a shelf
or stand to keep the UPS from making contact with wires and cables.
3.
Add one (1) fiber optic patch panel and associated fiber.
4.
Add one (1) Allen-Bradley Stratix switch.
5.
Add one (1) side panel to the existing enclosure. Approximate size 60”H x 14”W.
6.
Add any necessary fuse holders, terminals, end anchors, din rail, etc. as necessary
to complete the replacement.
Page 12 of 106
CP-202:
1.
Replace the existing rack, PLC, and I/O modules with one (1) 10 slot rack.
2.
Add one (1) 1000VA Uninterruptible Power Supply to the enclosure. Provide a shelf
or stand to keep the UPS from making contact with wires and cables.
3.
Add any necessary fuse holders, terminals, end anchors, din rail, etc. as necessary
to complete the replacement.
CP-203:
1.
Replace the existing rack, PLC, and I/O modules with one (1) 10 slot rack.
2.
Add one (1) 1000VA Uninterruptible Power Supply to the enclosure. Provide a shelf
or stand to keep the UPS from making contact with wires and cables.
3.
Add one (1) fiber optic patch panel.
4.
Add any necessary fuse holders, terminals, end anchors, din rail, etc. as necessary
to complete the replacement.
INSTRUMENTATION
This section describes the instrumentation equipment that is to be replaced.
Each device must have a 4-20 mA output that works with the existing remote, digital
displays and the new PLC analog inputs. Provide signal isolators when required to alleviate
problems.
Information provided in this section is derived from drawings and site visits and is
believed to be accurate. It is the Respondent’s responsibility to obtain all information necessary
to provide a firm proposal price to the Owner; all necessary information may not be included in
this section. It is strongly recommended that each Respondent carefully inspect instruments
FIT/FE-301, FIT/FE-304, FIT/FE-602, & FIT/FE-103.
Each instrument that is to be replaced is listed below.
FIT/FE-301:
1.
Replace the existing ultrasonic flow indicating transmitter with a new model from
an industry standard manufacturer.
2.
Replace the existing flow meter transducers and cables. Provide transducer cable
lengths necessary to connect to remote transmitters without any splices.
3.
Repair any damage done to the pipeline insulation, heat trace and cover.
4.
Configure and calibrate new flow transmitter.
FIT/FE-304:
1.
Replace the existing ultrasonic flow indicating transmitter with a new model from
an industry standard manufacturer.
2.
Replace the existing flow meter transducers and cables. Provide transducer cable
lengths necessary to connect to remote transmitters without any splices.
3.
Repair any damage done to the pipeline insulation, heat trace and cover.
4.
Configure and calibrate new flow transmitter.
FIT/FE-602:
1.
Replace the existing ultrasonic flow indicating transmitter with a new model from
an industry standard manufacturer.
2.
Replace the existing flow meter transducers and cables. Provide transducer cable
lengths necessary to connect to remote transmitters without any splices.
3.
Repair any damage done to the pipeline insulation, heat trace and cover.
4.
Configure and calibrate new flow transmitter.
FIT/FE-103:
1.
Replace the existing ultrasonic flow indicating transmitter with a new model from
an industry standard manufacturer.
Page 13 of 106
2.
3.
4.
Replace the existing flow meter transducers and cables. Provide transducer cable
lengths necessary to connect to remote transmitters without any splices.
Repair any damage done to the pipeline insulation, heat trace and cover.
Configure and calibrate new flow transmitter.
Storage Tank 6 Level:
1.
Replace the existing level indicating transmitter. Existing instrument is Weschler
Instruments, BarGraph Instrument, Type: BG252, Style: 2B441PAK1WXXXXX
2.
Return existing instrument to IAA.
3.
Configure and verify calibration of new level transmitter.
DAF UNIT 1
This section describes the integration of the existing DAF Unit 1.
1.
2.
3.
Provide conduit and signals wires as required to bring status and control of DAF
Unit 1 back to CP-201.
Install auxiliary contact blocks and/or relays as required to provide status and
control signals as shown in attached PLC drawings.
Modify the PLC programming as required to provide status and control of the DAF
Unit.
COAGULATION PUMP
This section describes the integration of the existing Coagulation pump.
1.
2.
Provide (1) control relay in CP-201 to allow the PLC to start/stop the coagulation
pump. Modify wiring in CP-201 as necessary.
Modify the PLC programming as required to provide control of the Coagulation
pump.
PUMP STATION 5
This section describes the additional signals to be monitored for Pump Station 5.
1.
2.
Provide auxiliary contact blocks as required for the ABB motor starters in the pump
station control panel to monitor the individual pump running status. Pull
additional wires as required to bring the extra signal to CP-202.
Provide interposing relay or use spare contacts on the horn relay in panel CP-202
to bring the pump station general alarm into the SCADA system.
WORKSTATION
This section describes minimum requirements for the new workstation.
One (1) workstation will be replaced as part of this project.
1.
New workstation must be shipped to the Engineer’s office directly from the
manufacturer. Owner/Engineer will configure and return the new workstation to
job site.
2.
New workstation must:
- Meet or exceed attached ‘Operator Workstation’ specification.
- Be capable of being managed remotely via current IAA
management/administrative tools.
- Software updates and installation as needed.
- Firmware updates and installation as needed.
- Operating Systems updates and patches as needed.
- Be submitted to, and approved by IAA staff before being purchased.
IAA NETWORK SWITCH
This section describes minimum requirements for the Network Switch used to connect the
IW network to the IND network.
Page 14 of 106
The Network Switch must be capable of the following:
1. Layer 2 and Layer 3 - To connect the LAN to external services and WAN.
2. Network Management - To administer and manage the network. Must be compatible
with current IAA monitoring and backup system.
3. Virtual Local Area Network (VLAN) - To allow for at least three (3) separate VLANs
for internal network, external network, and a DMZ.
4. LLDP and LAG Compliant
5. Fully IEEE Compliant
6. 10G SFP Uplink Capable
7. Stackable – To allow for expansion
The Network Switch must:
- Be ready for mounting in the existing 19” rack.
- Have at least 12 – 1 Gigabit RJ-45 ports.
- Include at least two 10 Gigabit SFP+ Uplink ports.
- SFP SMF 1k/10k Brocade compatible optics.
- Include at least two 20 Gigabit or higher Stacking Ports.
- Include switch and port management capabilities.
- Include monitoring capabilities via common protocols like SNMP.
- Include licensing for full utilization of all switch ports.
- Include full-replacement manufacturer warranty.
- Be submitted to, and approved by IAA IT staff before being purchased.
Suggested Network Switches include the following:
1.
Brocade ICX 6450
2.
Cisco WS-C2960X-24TD-L
Contractor must submit proposed network switch to IAA IT for written approval prior to
procurement.
NEW EQUIPMENT TO BE PROVIDED
All proposals must include product specification documents for each hardware item that
will be installed as part of this project.
CONTROL NETWORK SWITCH
This section describes minimum requirements for the Control Network Switch used to
connect the plant control network devices.
At least one (1) control network switch will be provided as part of this project.
1.
New control network switch will be installed in the CP-201 control panel.
2.
New control network switch will be programmed by Contractor.
3.
New control network switch must:
- Meet or exceed attached ‘Control Network Switch’ specification.
- Be submitted to, and approved by IAA staff before being purchased.
UNINTERRUPTIBLE POWER SUPPLY (UPS)
This section describes minimum requirements for the UPSs used to provide backup power
for the workstation, PLC and remote I/O racks.
CP-201, CP-202 & CP-203 control panel electrical wiring will be modified to have the new
UPSs provide backup power to the control panels. Contractor will supply any required
terminals, fuses, circuit breaker, outlets, etc. to make the modifications.
Page 15 of 106
Four (4) UPSs will be provided as part of this project.
1.
One new 1000 VA UPS will be installed for the Operator Workstation in the control
room.
2.
One new 1000 VA UPS will be installed for the PLC racks in CP-201.
3.
One new 500VA UPS will be installed for the I/O rack in CP-202.
4.
One new 500VA UPS will be installed for the I/O rack in CP-203.
5.
New UPSs must:
- Meet or exceed attached ‘Uninterruptible Power Supply’ specification.
- Be mounted so they are not sitting on wires in the control panels.
- Be mounted in a NEMA 12 (inside), NEMA 4 (outside) enclosure if UPS cannot
be installed inside the PLC enclosure.
- Be submitted to, and approved by IAA staff before being purchased.
- Be capable of being monitored by commonly used network protocols like
SNMP or provide desktop management/monitoring application.
I/O POINT VERIFICATION
For all I/O points wired to new control devices installed as part of this project:
1.
Each point must be verified to be functioning properly.
2.
Testing of each point must be documented.
3.
Proper operation of each point must be demonstrated to the Owner and/or
Owner’s representative.
SOFTWARE & LICENSES
All control system software provided as part of this project must be the latest revision
available as of notice to proceed date.
All control system software provided as part of this project must be registered in the
Indianapolis Airport Authority’s name.
Refer to the attached ‘SCADA SOFTWARE” and “OPERATOR WORKSTATION” documents for
required software.
WARRANTY
Warranty service and support for all control system hardware and software installed under
this project must be provided for a period of one (1) year.
1.
The warranty period will begin upon final written acceptance of the system by the
Owner.
2.
The warranty must cover all parts and labor for all warranty repairs.
3.
The warranty must include on site system support.
4.
Support service response time must be within 24 hours throughout the warranty
period.
IAA workstation specifications have specific warranty requirements. Refer to attached
‘IAA Workstation Specification’ documents.
PROJECT DOCUMENTS
As-built documentation must be provided before final acceptance of the system by the
Owner.
As-built documentation must include, but is not limited to the following:
1.
Control system drawings.
2.
I/O point verification documentation.
3.
Operation & Maintenance manuals for all control equipment installed.
4.
Every piece of paper, every CD, and everything else that came with:
- The workstation computer system.
Page 16 of 106
- The Network Switch.
- Each software product installed.
- All new instrumentation.
All training materials associated with training described in the ‘Overview’ section
of Item 1.1 ‘Scope of Work’.
5.
The following documents must be provided in both printed and electronic form:
- Operation & Maintenance manuals.
- Control system drawings.
- Training materials
Five (5) printed and bound copies of each Operation & Maintenance manual must be
provided in addition to electronic form.
3.3
REQUIREMENTS FOR PROPOSAL
Complete the Proposal Forms for the base proposal and Alternate 1.
3.3.1
Work Specifications
1. Contractor to obtain and submit the relevant original factory specifications for
approval and acceptance by the Authority.
2. Provide a project execution plan including a detailed and comprehensive list,
description, and sequence of all activities and services required for the IW control
system replacement. The execution plan information must be consistent with the
complete requirements of Section 4.4 (Technical Proposal) of this document.
3. Provide the testing procedure to demonstrate the satisfactory installations.
4. Complete all work per the accepted proposed solution and project execution plan.
5. Provide all tools, equipment, manpower, and materials required to complete the
accepted proposal.
6. Provide written documentation from the performance test certifying the
performance of the new system(s).
7. Contractor is responsible for compliance to all regulatory and safety requirements.
Proposers are expected to use their own initiative in formulating a response to this RFP.
The Authority encourages Respondents, in their proposals, to be as creative as possible
regarding cost, as cost efficiency will be a consideration in determining whether a contract
will be awarded based on responses to the RFP.
3.4
CONFERENCES AND COMMUNICATION
Following award of contract, regular progress meetings between the Authority’s Engineering
Department team and the successful Respondent will be scheduled.
3.5
LENGTH OF CONTRACT
The completion time for all contract work shall be one hundred twenty (120) calendar
days from the starting date noted in the Notice to Proceed. The time limit stated includes
time required for delivery of all material and equipment. Liquidate damages are not being
applied to this project. However, the contractor shall still proceed with diligence and the
Authority reserves the right to pursue any and all consequential damages that may be
applicable to the project.
Page 17 of 106
3.6
PRICING
The Authority requires that the pricing associated with this RFP be a firm proposal price, in
the appropriate format as discussed in Section 4.6, that must remain open and in effect for
a period of not less than ninety (90) days from the final proposal due date.
3.7
BUSINESS DIVERSITY PARTICIPATION
Proposals must contain an explanation as to what efforts will be used to employ minority,
women, or veteran businesses in the fulfillment of a proposed contract in response to this
RFP. MBE/WBE/VBE information must include evidence of certification by the City of
Indianapolis, the State of Indiana, or the Mid-States MSDC.
3.8
SITE SECURITY
Contractor will provide a weekly roster of individuals who will be entering Gate 35 to the
Project Manager, Securitas, and the IAA Security Office. All personnel entering the gate will
be required to present a government-issued photo identification.
END OF SECTION THREE
Page 18 of 106
SECTION FOUR
PROPOSAL PREPARATION INSTRUCTIONS
4.1
GENERAL
To facilitate the timely evaluation of the proposal, a standard format for proposal
submission has been developed and is documented in this section. All Respondents are
required to format their proposals in a manner consistent with the guidelines described
below:




4.2
Each item must be addressed in the Respondent’s proposal or the proposal may be
rejected.
The transmittal letter should be in the form of a letter. The business and technical
proposals must be organized under the specific section titles as listed below.
The proposal must be no longer than ten (10) pages of double-sided sheets (excluding
dividers) of 10 pt. type with margins at a minimum of 1”.
The Authority may, at its option, allow all Respondents a five (5) calendar day period
to correct errors or omissions to their proposals. Should this necessity arise, the
Authority will contact each Respondent affected. Each Respondent must submit
written corrections to the proposal within five (5) calendar days of notification. The
intent of this option is to allow proposals with only minor errors or omissions to be
corrected. Major errors or omissions, such as the failure to include prices, will not be
considered by the Authority as a minor error or omission and may result in
disqualification of the proposal from further evaluation.
TRANSMITTAL LETTER
The Transmittal Letter must address the following topics except those specifically
identified as “optional.”
4.2.1
Summary of Ability and Desire to Supply the Required Services
The transmittal letter must briefly summarize the Respondent’s ability to supply
the requested services that meet the application requirements defined in Section
3 of this RFP. The letter must also contain a statement indicating the
Respondent’s willingness to provide the requested services subject to the terms
and conditions set forth in the RFP including, but not limited to, the Authority’s
contract.
4.2.2
Summary of Ability to Meet the Required Qualifications
The transmittal letter must state that the Respondent has the required
qualifications and will meet the standards that are listed in the RFP. Any
exceptions must be noted and an explanation provided if applicable.
4.2.3
Summary of Milestones
Information contained in the technical proposal regarding dates of milestone
events must be summarized. Each Respondent will specifically describe the
expected implementation procedures the Respondent proposes to use. In order
to show feasibility, a timetable setting forth appropriate milestones should be
included in Respondent’s proposal, with sufficient detail explaining how
Respondent will meet those milestones.
Page 19 of 106
4.2.4
Summary of Compensation
This section applies to professional services. Respondent should specifically
state the fee that the firm proposes for services as described in this RFP. The
hourly rate of each level of staff assigned to the project should be provided. If
there are any services described in the Purpose and Scope section that would not
be included in such compensation, so state specifically, along with an indication
of any proposed additional charges. See “disclosure” statement below for further
information in completing your response with regard to fee proposal and overall
compensation.
Each Respondent should also include a detailed summary of any additional
services including the price for all such services, (if any), rendered that would be
considered outside of the fee proposal for base and alternate 1.
4.2.5
Signature of Authorized Representative
A person authorized to commit the Respondent to its representations must sign
the transmittal letter. Such person’s authority to act must be consistent with the
information contained in Section 4.3.11 of this RFP.
4.2.6
Other Information
This item is optional. Any other information the Respondent may wish to briefly
summarize will be acceptable.
4.3
BUSINESS PROPOSAL
The Business Proposal must address the following topics except those specifically
identified as “optional.”
4.3.1
General
This optional section of the business proposal may be used to introduce or
summarize any information the Respondent deems relevant or important to the
Authority’s successful acquisition of the services requested in this RFP.
4.3.2
Respondent Company Structure
The legal form of the Respondent’s business organization, the state in which
incorporated (if a corporation), the types of business ventures in which the
organization is involved, and a chart of the organization are to be included in
this section. If the organization includes more than one (1) product division, the
division responsible for the development and marketing of the requested
services in the United States must be described in more detail than other
components of the organization. If the Respondent is a team of multiple
organizations, the teaming arrangement must be described in this section.
4.3.3
Respondent Company Capabilities
Describe the organization’s experience and capabilities in providing similar work
in scope of services, size and complexity of organizations in government,
aviation and single roles. Indicate if the organization has ever failed to complete
any work awarded to it. If so, please indicate date, where and why. Provide an
affirmative statement or proof that the Respondent Company does not have a
record of substandard work. In addition, disclose all positive enforcement
actions by professional licensing boards, courts or other bodies or other matters
Page 20 of 106
which may reflect on the Respondent Company’s professional qualifications.
Describe any pending litigation or other factors that could affect the
organization’s ability to perform this contract.
4.3.4
Facilities and Resources
The Respondent is to include information with regard to the organization’s
resources that it deems advantageous to the successful provision of the
requested services. This might include management capabilities and experience,
technical resources, and operational resources not directly assigned to this
project, but available if needed. The Authority prefers that the personnel
assigned to this project, including staff and/or subcontractors, will have at least
five (5) years of experience in similar work.
4.3.5
Sample Contract
A sample contract is included as an attachment to this RFP and the Respondent
shall advise the Authority of any issues with this contract.
4.3.6
Pricing and Charges
Only pricing filed in accordance with the RFP instructions will be used to calculate
the Authority’s costs for evaluation and payment purposes.
The selected Respondent will be responsible for all services offered in the
proposal at the prices listed on their pricing page. The Authority will not be
liable for any charges beyond those detailed in the proposal.
4.3.7
References
The Respondent should include a list of at least three (3) clients for whom the
Respondent has provided services that are the same or similar to those services
requested in this RFP. The more similar the referenced services are to those
requested in this RFP; the greater weight will be attached to the references in the
Authority evaluation process. Listed organizations may be contacted to
determine the quality of work performed and personnel assigned to the project.
The results of the references may be provided to the evaluation team and used
in scoring the written proposals.
Respondent should include the following information for each reference:
a) Name of the organization;
b) Initial dates service started;
c) Date of the most recent project;
d) List of services performed;
e) Responsible official or contact person;
f) Address, telephone number and email address
4.3.8
Registration to do Business
Respondents proposing to provide the services required by this RFP are required
to be registered to do business within the State of Indiana by the Indiana
Secretary of State. The web address containing the necessary forms can be
found at https://forms.in.gov/Download.aspx?id=4984. The telephone number
of the Office of the Secretary of the State of Indiana is 317.232.6578. This
process must be concluded prior to contract negotiations with the Authority. It
is the successful Respondent’s responsibility to complete the required
Page 21 of 106
registration with the Secretary of State. The Respondent must indicate the status
of registration, if applicable, in this section of the proposal.
4.3.9
Independence
Respondent should provide an affirmative statement that it is independent of
the Authority as defined by generally accepted auditing standards and the U.S.
General Accounting Office’s Government Auditing Standards (1988).
The Respondent should list and describe the firm’s proposed subcontractors’
professional relationships involving the Authority or any of its agencies or
component units for the past five (5) years, together with a statement explaining
why such relationships do not constitute a conflict of interest.
4.3.10
Warranties
Provide affirmative statements of the following warranties:
a) The Respondent warrants that it is willing and able to comply with the State
of Indiana laws with respect to foreign (non-State of Indiana) corporations
(where necessary);
b) The Respondent warrants that it is willing and able to obtain an errors and
omissions (professional liability) insurance policy providing a prudent
amount of coverage for the willful and negligent acts, or omissions of any
officer, employees or agents thereof. The Respondent is to state the amount
of coverage;
c) The Respondent warrants that it will not delegate or subcontract its
responsibilities under an agreement without the express prior written
permission of the Authority;
d) The Respondent warrants that all information provided by it in connection
with this proposal is true and accurate.
4.3.11
Authorizing Document
Respondent personnel signing the Transmittal Letter of the proposal must be
legally authorized by the organization to commit the organization contractually.
This section shall contain proof of such authority. A copy of corporate bylaws
or a corporate resolution adopted by the Board of Directors indicating this
authority will fulfill this requirement.
4.3.12
Subcontractors
The Respondent must list any subcontractors which it proposes to use in
providing the required services. The subcontractor’s responsibilities under the
proposal, the subcontractor’s form of organization, and an indication from the
subcontractor of a willingness to carry out these responsibilities are to be
included for each subcontractor. This assurance in no way relieves the
Respondent of any responsibilities in responding to this RFP or in completing
the commitments documented in the proposal. The Respondent must indicate
which, if any, subcontractor is certified as a Minority-Owned, Women-Owned, or
Veteran-Owned Business Enterprise by the State of Indiana, City of Indianapolis,
or Mid-States MSDC. See Section 1.11 and Section 4.5.
4.3.13
Respondent Contract Requirements
This section is optional. If the Respondent wishes to include any language other
than that discussed in the Business Proposal, this language should be included
in this section. For each clause included in this section, the Respondent should
Page 22 of 106
indicate that the clause is required by the Respondent in any contract resulting
from this RFP and why it is required (if the required clause is unacceptable to the
Authority, the Respondent’s proposal may be considered unacceptable) or
indicate that the clause is desired (but not required) by the Respondent in any
contract resulting from this RFP.
4.3.14
Financial Information
Submit company’s financial information, including the Respondent’s income
statement and a balance sheet for each of the two (2) most recently completed
fiscal years. If the organization(s) includes more than one (1) product division,
separate financial statements must be provided for the division responsible for
the development and marketing of the requested products and services.
4.3.15
Legal
Include a list of any and all legal proceedings (civil or criminal actions or
administrative proceedings) within the last three (3) calendar years in which the
Respondent was a named party.
4.3.16
Performance and Payment Bonding
4.3.16.1 Proposal Guaranty
Each separate proposal shall be accompanied by a certified check, or
Bond, for 5% of the total amount proposed. Such check, or Bond, shall
be made payable to the Owner.
4.3.16.2 Cancellation of Award
The Owner reserves the right to cancel the award without liability to
the proposer, except return of proposal guaranty, at any time before a
contract has been fully executed by all parties and is approved by the
Owner.
4.3.16.3 Return of Proposal Guaranty
Proposal guaranties from all proposers will be retained by the Owner
until an award is made, after which the proposal guaranty of each
unsuccessful proposer will be returned. The successful proposer's
guaranty will be returned as soon as the Owner receives the contract
bonds as specified in the subsection entitled “REQUIREMENTS OF
CONTRACT BONDS” of this Section.
4.3.16.4 Requirements of Contract Bonds
At the time of the execution of the contract, the successful proposer
shall furnish the Owner with surety bonds which have been fully
executed by the proposer and his surety, guaranteeing the
performance of the work, for a period equal to the contract time plus
twelve (12) months after the date of the Owner’s final acceptance of
the Contractor’s work, and the payment of all legal debts that may be
incurred by reason of the Contractor's performance of the work.
The surety and the form of the bond(s) shall be acceptable to the
Owner. Unless otherwise specified in this Subsection, the surety
bond(s) shall be in a sum equal to the full amount of the contract.
Page 23 of 106
4.3.16.5 Execution of Contract
The successful proposer shall sign (execute) the required agreement
for entering into the contract and return such signed contract to the
Owner as part of the proposal. Fully executed surety bonds shall be
provided to the Owner within ten (10) calendar days from the date that
the fully executed contract is mailed or otherwise delivered to the
successful proposer.
4.3.16.6 Failure to furnish Bonds
Failure of the successful proposer to furnish acceptable surety bonds
within the ten (10) calendar day period specified in the subsection
entitled “EXECUTION OF CONTRACT” of this Section, shall be just cause
for cancellation of the award and forfeiture of the proposal guaranty,
not as a penalty, but as liquidated damages to compensate the Owner
for its actual damages and losses which are difficult or impossible to
quantify, ascertain and prove as actual damages resulting from the
successful proposer’s failure to furnish the bonds.
Contractor
acknowledges and agrees that the respective amount of such liquidated
damages are reasonable, and that such liquidated damages fairly
approximate the nature and amount of actual damages which the
Owner may incur as a result of the successful proposer’s failure to
furnish bonds, and that such liquidated damages may be assessed and
recovered by the Owner without proof or evidence concerning the types
or amounts of actual damages.
4.4
TECHNICAL PROPOSAL
The Technical Proposal must be divided into sections as described below. Every point
made in each section must be addressed in the order given with the question first stated
followed by the Respondent’s response. The same outline numbers must be used in the
response. RFP language should not be repeated within the response. Where appropriate,
supporting documentation may be referenced by a page and a paragraph number.
However, when this is done, the body of the technical proposal must contain a meaningful
summary of the referenced material. The reference document must be included as an
appendix to the technical proposal with referenced sections clearly marked; this appendix
will not be considered as part of the proposal’s total page length limit. If there are
multiple references or multiple documents, these must be listed and organized for ease
of use by the Authority.
4.4.1
Overview of the Proposed Method for Provision of the Requested Services
This overview must consist of a concise summary of the requested services
proposed by the Respondent in response to this RFP. By reading the overview,
the Authority must be able to gain a comfortable grasp at a general level of the
services to be provided and the methods proposed by the Respondent to provide
them. A detailed explanation should be included to understand how the services
comply with the technical documents of this RFP.
4.4.2
Project Approach
The description must indicate, at least generally, the methodology the
Contractor will follow to fulfill the requirements of the scope. Include as much
detailed explanation as necessary. The Authority intends that each Respondent
Page 24 of 106
provide a detailed and comprehensive description of all Services that the
Respondent will provide if it enters into a contract pursuant to the RFP.
Respondents are required to provide the following information of their approach:
a) Proposed segmentation of the project;
b) Level of staff and number of hours to be assigned to each proposed segment
of the project.
4.4.3
Personnel Description
This section applies to professional services. Provide a detailed description of
the principal supervisory and management staff, including project partners,
managers, other supervisors and specialists, who would be responsible for the
implementation of the project. Description must include all relevant information
regarding qualifications, training, continuing education, certifications, etc. The
proposal should indicate the number of hours that each assigned staff is
anticipated to spend on the project. A project organizational chart should be
included in this section.
Project partners, managers, other supervisory staff and specialists may be
changed if those personnel leave the organization, are promoted or are assigned
to another office. These personnel may also be changed for other reasons with
the express prior written permission of the Authority. However, in either case,
the Authority retains the right to approve or reject replacements. Other
personnel may be changed at the discretion of the proposer provided that
replacements have substantially the same or better qualifications or experience.
This section should also indicate how the quality of the staff would be assured
over the term of the entire agreement.
4.4.4
Respondent Questionnaire
This section requires information about each Respondent that will assist the
Authority in evaluating capabilities. Please provide responses in the order listed
below:
1. Please provide a brief description of your company, including the ownership
structure.
2. Has your company name changed in the last five (5) years? If so, please
reference the former name of your company.
3. Is your company or, if applicable, its parent company currently involved in
any bankruptcy proceedings?
4. Is your company or, if applicable, its parent company currently involved in
any legal proceedings relating to the failure of similar repair, upgrade, and
overhaul projects?
5. Please list and provide a brief description of all litigation matters filed against
your company and, if applicable, its parent company since January 1, 2008.
6. Please provide a financial statement.
7. Describe the company’s experience and capabilities in providing similar work
in scope of services, size and complexity to governments, airports, or other
similar types of entities.
Page 25 of 106
8. Describe any web-based transaction and reporting capabilities that your
company would offer the Authority.
4.4.5
Identification of Anticipated Potential Problems
The proposal should identify and describe any anticipated potential problems and
the organization’s approach to solving these problems.
4.4.6
General Section
Generally describe how you meet or exceed each of the minimum and preferred
qualifications in the Purpose and Scope section of this document. Provide a brief
description explaining why the Authority should select your company as the most
suitable Respondent. Describe what unique features or qualifications your
organization can offer the Authority.
4.5
BUSINESS DIVERSITY
Please refer to Section 1.11 for participation goals. Information shall be submitted on each
MBE/WBE/VBE firm in the Respondent’s proposal.
The Respondent must include a fully executed Affidavit of Business Diversity Plan and a
Diverse Vendor (MBE/WBE/VBE) Statement of Intent to Perform Work with the submission.
By submission of the proposal, the Respondent acknowledges and agrees to be bound by
the requirements of the Supplier Diversity Program.
4.6
PRICING PROPOSAL
The pricing proposal will include all fees, costs, charges and other amounts, associated
directly or indirectly, with providing all labor and materials necessary to replace the IW
control system for the Indianapolis Airport Authority’s Industrial Waste Facility. Failure to
comply fully with the requirements of this Section 4.6 will be cause for the Authority to
reject, as non-compliant, a proposal from further consideration.
END OF SECTION FOUR
Page 26 of 106
SECTION FIVE
PROPOSAL EVALUATION
5.1
PROPOSAL EVALUATION PROCEDURE
The Authority has selected a group of personnel to act as a proposal evaluation team.
Subgroups of this team, consisting of one (1) or more team members, will be responsible
for evaluating proposals with regard to compliance with RFP requirements. All evaluation
personnel will use the evaluation criteria stated below.
The categories of evaluation criteria are as follows:








Transmittal Letter and Proposal Format (5 possible points)
Business Proposal (10 possible points)
Technical Proposal (30 possible points)
Proposed Price of Requested Services (25 possible points)
Financial Strength (pass/fail)
Supplier Diversity Participation (15 possible points)
References (pass/fail)
Relevant Experience (15 possible points)
The procedures for evaluating the proposals against the evaluation criteria may be
summarized as follows:
5.1.1
Each proposal will be evaluated for mandatory criteria including minimum
qualifications. Proposals that are incomplete or otherwise do not conform to
proposal submission requirements may be eliminated from consideration.
5.1.2
Each proposal will be evaluated on the business approach, technical and the other
criteria using a points system.
5.1.3
Based on the results of this evaluation, the qualifying proposal determined to be
the most advantageous for replacing the IW control system, taking into account all
of the evaluation factors, may be selected by the Authority for further action, such
as contract negotiations. If, however, the Authority decides that no proposal is
sufficiently advantageous to the Authority, the Authority may take whatever
further action that is deemed necessary to fulfill its needs. If, for any reason, a
proposal is selected and it is not possible to consummate a contract with the
Respondent, the Authority may begin contract preparation with the next qualified
Respondent or determine that no such alternate proposal exists.
END OF SECTION FIVE
Page 27 of 106
EXHIBITS:
A. Proposal Form
B. Non-Collusion Affidavit
C. Proposer’s Questions Form
D. Affidavit of Business Diversity Plan
E. MBE/WBE/VBE Statement of Intent to Perform Work
F. Sample Contract
G. Airport Security Requirements
Page 28 of 106
EXHIBIT A – PROPOSAL FORMS
All portions of this Proposal Form must be completed and submitted before the Proposal will be
evaluated.
All Proposals must be based on meeting all criteria listed in the Scope of Work.
Proposer has examined site where Work is to be performed, legal requirements (federal, state
and local laws, ordinances, rules and regulations) and conditions affecting cost, progress or
performance of Work and has made such independent investigations as Proposer deems
necessary.
Name of Respondent:
Address:
Telephone Number:
Name of Person Authorized to Sign:
Signature:
Date Submitted:
Addendum:
Date
Number
Date
Number
Subcontractors:
PRICING
Base Price
IW Control System Replacement
Base Price Total $ _____________________________
Total in words
$___________________________________________________________________________________
Page 29 of 106
EXHIBIT B NON – COLLUSION AFFIDAVIT
State of _______________
SS:
County of _____________
The undersigned proposer or agent, being duly sworn on oath, says that he has not, nor
has any other member, representative, or agent of this firm, company, corporation or partnership
represented by him, entered into any combination, collusion or agreement with any person
relative to the price to be quoted by anyone at such letting nor to prevent any person from quoting
nor to induce anyone to refrain from quoting, and that this quote is made without reference to
any other quote and without any agreement, understanding or combination with any other person
in reference to such quoting.
He further says that no person or persons, firms, or corporation has, have or will receive
directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
OATH AND AFFIRMATION
I affirm under the penalties of perjury that the foregoing facts and information are
True and correct to the best of my knowledge and belief.
Dated at ____________ this _________ day of ____________, 201__.
By:
(Name of Organization)
(Signature)
(Printed with Title)
ACKNOWLEDGEMENT
State of _________________
SS:
County of _______________
___________________________being duly sworn, deposes and says that he is __________________
(Person signed above)
(Title)
of the above ________________________________________ in the foregoing questionnaires and all
(Name of Organization)
statements therein contained are true and correct.
Subscribed and sworn to before me this _______ day of __________, 201__.
My Commission Expires: ______________
______________________________
Notary Public
County of Residence: _________________
Page 30 of 106
EXHIBIT C: PROPOSER'S QUESTIONS FORM
INDIANAPOLIS AIRPORT AUTHORITY
Indianapolis International Airport
IW Control System Replacement
Project No. I-15-052
Please state your questions in the spaces provided below. The questions should be
delivered at the Pre-proposal Meeting, faxed to 317.487.5512, or e-mailed to
cip@ind.com.
All questions must be received no later than January 21, 2016 at 4:00 p.m. local time.
NAME:
COMPANY:
NO.
PRE-PROPOSAL MEETING ATTENDEE NAME
NO.
QUESTION
Page 31 of 106
EXHIBIT D- Affidavit of Business Diversity Utilization Plan
Indianapolis Airport Authority
Prime Contractor/Bidder Name, Address, Telephone:
Project Name:
Project Number:
Total Bid Dollar Amount:
First Submission:

Revised Submission:

Affidavit of _________________________________________________, I do hereby certify that on
the_______________________________________________
(Project
Name),
Project
Number_____________, Amount of Bid $_____________________, I will expend a minimum of
________% of the total dollar amount of the contract with certified minority business enterprises
(MBEs), expend a minimum of ________% of the total dollar amount of the contract with certified
Women owned business enterprises (WBEs), and a minimum of ________% of the total dollar
amount of the contract with certified Veteran owned business enterprises (VBEs). Project work
will be contracted to the firms listed below.
Name
Number
and
Phone
MBE/WBE/VBE?
*Category
Work Description
Dollar
Value
*MBE/WBE/VBE Categories: Female (F), African American (B), Hispanic (H), Asian American (A),
American Indian (I), Socially and Economically Disadvantaged (D).
Pursuant to the requirements of the Indianapolis Airport Authority Business Diversity Program,
the undersigned will enter into a formal agreement with MBEs, WBEs and VBEs for work listed in
this schedule conditional upon execution of a contract with the Owner. Failure to fulfill this
commitment may constitute a breach of contract. The Undersigned hereby certifies that he or
she has read the terms of this commitment and is authorized to bind the bidder to the
commitment herein set forth.
Signature of Authorized Officer:
Printed Name of Authorized Officer:
Title:
Date:
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
Page 32 of 106
Exhibit E - MBE/WBE/VBE Statement of Intent to Perform Work
Indianapolis Airport Authority
MBE/WBE/VBE Name,
Address, Telephone:
Prime Contractor Name, Address, Telephone:
Project Name:
Project Number:
MBE/WBE/VBE Dollar Amount:
Total Bid Dollar Amount:
MBE/WBE/VBE % of Total Bid Amount:
The above named MBE/WBE/VBE will perform as a subcontractor, sub-consultant, or material supplier for
the above described project. The undersigned intends to perform work in connection with the above
referenced project as (check one):
Sole Proprietor____
Partnership____
Corporation____
Limited Liability Company____
Joint Venture____
Other________________
The above named certified DBE/MBE/WBE is (check all that applies):
Woman owned____
African American____
Hispanic____
Asian American____
American Indian____
Socially & Economically Disadvantaged____
The MBE/WBE/VBE status of the undersigned is confirmed by the attached letter of certification.
The
undersigned is prepared to provide the following described services or supply the following described goods
in connection with the above-named project:
Sub-contracting levels (if not applicable, enter zero):
________% of the dollar value of this MBE/WBE/VBE subcontract will be sublet to non-MBE/WBE/VBE
contractors.
________% of the dollar value of this MBE/WBE/VBE subcontract will be sublet to MBE/WBE/VBE contractors.
The undersigned subcontractor will enter into a contract with ________________________ for the work/service
described above upon the prime contractor’s execution of a contract with the Owner.
Signature of Authorized MBE/WBE/VBE Officer:
Printed Name of Authorized MBE/WBE/VBE Officer:
Title:
Date:
I, the above bidder/prime contractor, agree to the terms and conditions stated above.
Signature of Authorized Bidder/Prime Contractor Officer:
Printed Name of Authorized Bidder/Prime Contractor Officer:
Title:
Date:
Page 33 of 106
EXHIBIT F
Sample Contract for Construction Services
Contract made as of the _____ day of _____________ in the year of 2016
BETWEEN the Owner:
Indianapolis Airport Authority
7800 Col. H. Weir Cook Memorial Drive
Indianapolis, IN 46241
and the Contractor:
Contractor’s Name
Address
City, State, Zip
for the following Project:
Indianapolis Airport Authority
IW Control System Replacement
Project #I-15-052
Page 34 of 106
CONTRACT FOR CONSTRUCTION SERVICES
THIS Contract is made by and between the Indianapolis Airport Authority, an
Indiana Municipal Corporation, hereinafter referred to as “the AUTHORITY,”
and
, an
Corporation, hereinafter referred to as “the CONTRACTOR”:
WITNESSETH
WHEREAS, the AUTHORITY and the CONTRACTOR, hereby agree as follows:
SECTION I - THE CONTRACT DOCUMENTS:
The AUTHORITY and the CONTRACTOR agree that the Contract Documents
consist of this Contract, the drawings, the specifications (general, federal, special
and technical) and all addenda issued prior to and Change Orders issued after
the execution of this Contract. These items form the Contract, and are herein
incorporated by reference and made a part of this Contract as if attached hereto.
Other component parts of this Contract are as follows:


Request for Proposals
Proposal Forms


Affidavit of Non-Collusion
M/W/VBE Assurance Forms
SECTION II - SCOPE OF WORK
The CONTRACTOR shall provide construction services for IW Control
System Replacement, Project #I-15-052, in accordance with the contractor’s
proposal dated _______________________, 2016.
The CONTRACTOR shall furnish all labor, materials, equipment, tools,
transportation and supplies required to complete this project in accordance with
the Contract Documents.
SECTION III - NOTICE TO PROCEED
The CONTRACTOR shall begin the work to be performed under this
Contract within three (3) days from the date set by the AUTHORITY in its written
Notice to Proceed.
The CONTRACTOR shall notify the AUTHORITY at least twenty-four (24)
hours in advance of the time actual construction will begin.
Page 35 of 106
SECTION IV - COMPLETION OF WORK
The CONTRACTOR shall complete the work set forth in this Contract within
120 calendar days from the date of the issuance of the Notice to Proceed.
If the CONTRACTOR is delayed at any time in the progress of the work by
any act of the AUTHORITY, or by any other circumstances that the AUTHORITY
considers to be outside of the CONTRACTOR's control, then the Contract
completion date may be extended by Change Order for a reasonable time as
determined by the AUTHORITY.
SECTION V - COMPENSATION
Based upon the completion of work described herein, the CONTRACTOR
shall receive and accept compensation based on the total sum quote for click
and spell out amount
$
. The quote amount shall include the costs of
furnishing all equipment, labor, incidentals, materials (if applicable), premiums
on insurance and bonds and completion of all work in full compliance with the
plans and specifications. Also included in the compensation will be costs for loss
or damage arising out of the nature of this work, or from any unforeseen
obstruction or difficulties that may be encountered.
Request for payment must be filled out and signed by the CONTRACTOR
and shall cover the work completed as of the date of the request. The request
must also include any data and schedules that the AUTHORITY may reasonably
require. Request for payment will be in an amount equal to 95% of the work
completed.
For any additional services requested by the AUTHORITY, the
CONTRACTOR shall receive and accept compensation by Change Order in an
amount agreed upon by the CONTRACTOR and the AUTHORITY.
SECTION VI - RETAINAGE
For Contracts in excess of $200,000.00, retainage of 5% will be placed in
escrow in accordance with the provisions of Indiana Code 36-1-12-14(d).
For Contracts under $200,000.00, retainage of 5% will be held by the
AUTHORITY in a separate project account.
After approval of the final request for payment, retainage will be released
upon written request to the AUTHORITY. This request must state the amount
held in escrow and be accompanied by all waivers of lien pertinent to this project.
Retainage will be released no sooner than sixty-one (61) days from Indianapolis
Airport Authority Board of Directors approval of the final payment request.
Page 36 of 106
SECTION VII – RECORDKEEPING REQUIREMENTS AND AUDITS
A.
The CONTRACTOR shall maintain records related to this Contract.
These records shall include, but not be limited to, accounting
records, written policies and procedures, subcontract files (including
proposals of successful and unsuccessful bidders), original
estimates, estimating worksheets, correspondence, change order
files (including documentation covering negotiated settlements),
back charge logs and supporting documentation, general ledger
entries detailing cash and trade discounts earned, insurance rebates
and dividends and any other supporting evidence necessary to
substantiate charges related to this Contract. All the foregoing
records shall be open to inspection and subject to audit and/or
reproduction, during normal working hours, by the AUTHORITY's
agent or its authorized representative to the extent necessary to
adequately permit evaluation and verification of any invoices,
payments or claims submitted by the CONTRACTOR or any of his
payees pursuant to the execution of this Contract. Records that are
subject to examination shall also include, but not be limited to, those
records necessary to evaluate and verify direct and indirect costs
(including overhead allocations as they may apply to costs
associated with this contract.)
B.
For the purpose of audits, inspections, examinations and
evaluations, the AUTHORITY's agent or authorized representative
shall have access to said records from the effective date of this
Contract, for the duration of the work, and until three (3) years after
the date of the final payment by the AUTHORITY to the CONTRACTOR
pursuant to this Contract.
C.
The AUTHORITY's agent or its authorized representative shall have
access to the CONTRACTOR's facilities and all necessary records,.
The AUTHORITY’s agent or its authorized representative shall also
be provided adequate and appropriate work space in order to
conduct audits in compliance with this Section and shall be allowed
to interview all current or former employees to discuss matters
pertinent to the performance of this contract. The AUTHORITY's
agent or its authorized representative shall give auditees reasonable
advance notice to intended audits.
D.
The CONTRACTOR shall require all subcontractors, insurance agents
and material suppliers (payees) to comply with the provisions of this
Section by insertion of the requirements hereof into a written
contract agreement between the CONTRACTOR and payee. The
failure to obtain written contracts that include such provisions shall
be cause to exclude some or all of the related payees' costs from
amounts payable to the CONTRACTOR pursuant to this Contract or
Page 37 of 106
to recover such costs from the CONTRACTOR in the event payment
has been made to such CONTRACTOR.
E.
If an audit inspection or examination in accordance with this Section
discloses overpricing or overcharges of any nature by the
CONTRACTOR to the AUTHORITY in excess of one-half of one
percent (0.5%) of the total contract billings, in addition to repayment
or credit for the overcharges, the reasonable actual cost of the
AUTHORITY's audit shall be reimbursed to the AUTHORITY by the
CONTRACTOR. Any adjustments and/or payments that must be
made as a result of any such audit or inspection of the
CONTRACTOR's invoices and/or records shall be made within a
reasonable amount of time, which may not exceed ninety (90) days
from the presentation of the AUTHORITY's findings to the
CONTRACTOR.
SECTION VIII - STANDARD TITLE VI ASSURANCES
During the performance of this Contract, the CONTRACTOR agrees on
behalf of the CONTRACTOR and any of the CONTRACTOR’s assignees and
successors as follows:
A.
Compliance with Regulations: The CONTRACTOR shall comply
with the regulations relative to nondiscrimination in federally
assisted programs of the U.S. Department of Transportation (DOT),
Title 49, Code of Federal Regulations, Part 21, as they may be
amended from time to time (hereinafter referred to as the
“Regulations”), which are herein incorporated by reference and made
a part of this Contract.
B.
Nondiscrimination: The CONTRACTOR, with regard to the work
performed during this Contract, shall not discriminate on the
grounds of sex, race, color, disabilities or national origin in the
selection and retention of subcontractors, including procurements
of materials or leases of equipment. Each potential subcontractor or
supplier shall be notified by the CONTRACTOR of the
CONTRACTOR's obligations under this Contract and the Regulations
relative to nondiscrimination on the grounds of sex, race, color,
disabilities or national origin.
C.
Information and Reports: The CONTRACTOR shall provide all
information and reports required by the Regulations or directives
issued pursuant thereto, and shall permit access to books, records,
accounts, other sources of information, and to CONTRACTOR’s
facilities as may be determined by the AUTHORITY or the Federal
Aviation Administration to be pertinent to ascertain compliance with
such Regulations, orders and instructions. When any information
Page 38 of 106
required of the CONTRACTOR is in the exclusive possession of
another who fails or refuses to furnish this information, the
CONTRACTOR shall certify this to the AUTHORITY or the Federal
Aviation Administration as appropriate and shall set forth what
efforts have been made to obtain the information.
D.
Sanctions for Noncompliance: In the event of the CONTRACTOR’s
noncompliance with the nondiscrimination provisions of this
Contract, the AUTHORITY shall impose such contract sanctions as it
or the Federal Aviation Administration may determine to be
appropriate, including, but not limited to:
1.
Withholding of payments to the CONTRACTOR under the
Contract until the CONTRACTOR complies; and/or
2.
Cancellation, termination, or suspension of the Contract in
whole or in part.
E.
Incorporation of Provisions: The CONTRACTOR shall include the
provisions of Paragraphs A through D of Section VIII in every
subcontract to this Contract, including procurement of materials and
leases of equipment, unless exempt by the Regulations or directives
issued pursuant thereto. The CONTRACTOR shall take such action
with respect to any subcontract or procurement as the AUTHORITY
or the Federal Aviation Administration may direct as a means of
enforcing these provisions, including sanctions for noncompliance.
However, in the event the CONTRACTOR became involved in or was
threatened with litigation with a subcontractor/supplier as a result
of such direction, the CONTRACTOR may request the U.S. to enter
into such litigation to protect the interest of the U.S.
F.
Executive Order No. 11246: The CONTRACTOR shall comply with
Executive Order No. 11246 entitled "Equal Employment
Opportunity."
G.
Solicitations for Subcontracts, including Procurements Materials
and Equipment: In all solicitations for competitive bidding or
negotiation made by the CONTRACTOR for work to be performed
under a Subcontract, including procurements of materials or leases
of equipment, each potential Subcontractor or supplier shall be
notified by the CONTRACTOR of the CONTRACTOR's obligations
under
this
Contract
and
the
Regulations
relative
to
nondiscrimination on the grounds of sex, race, color, disabilities or
national origin.
Page 39 of 106
SECTION IX - COMPLIANCE WITH STATE AND OTHER LAWS
A.
The CONTRACTOR specifically agrees that in the performance of the
Construction Services herein, enumerated by the CONTRACTOR or
an approved Subcontractor or anyone acting in behalf of either, that
they will comply with any and all State, Federal and local statutes,
ordinances and regulations.
B.
The CONTRACTOR specifically agrees to comply with all applicable
standards, orders or regulations issued pursuant to the Clean Air Act
of 1979, as amended.
SECTION X - WORKING STANDARDS
The CONTRACTOR agrees to comply with Sections 103 and 107 of the
Contract Work Hours and Safety Standards Act (40 USC 327-et seq.) as
supplemented by U.S. Department of Labor Regulations (29 CFR, Part 5) for
contracts in excess of $2,500.00 that involve employment of mechanics or
laborers.
SECTION XI - RESPONSIBILITY FOR CLAIMS AND LIABILITIES
A.
The CONTRACTOR shall be responsible for all damage to life and
property due to negligent activities of the CONTRACTOR, approved
Subcontractors, agents or employees in connection with such
services, and shall be responsible for all parts of their work, both
temporary and permanent, until the services under this Contract are
declared accepted by the AUTHORITY.
B.
It is expressly understood that the CONTRACTOR shall indemnify
and hold harmless the AUTHORITY, the Construction Managers, and
the Engineer and their respective officers, directors, employees and
agents ("Indemnified Parties") from all claims, Administrative
actions, suits, actions, fines, penalties, damages, judgments,
defense costs, including Indemnified Parties, attorney fees and all
other costs of every name and description arising out of or resulting
from the negligent services of the CONTRACTOR under this Contract
and such indemnity shall not be limited by reason of the
enumeration of any insurance coverage hereinafter provided. The
CONTRACTOR's duty to indemnify shall survive the termination or
completion of this Contract.
C.
In the event of a material conflict in the terms of this Section and the
indemnity provisions of the project specifications, the project
specifications shall control.
Page 40 of 106
SECTION XII - WORKMEN'S COMPENSATION AND LIABILITY INSURANCE
The Contractor shall indemnify and save harmless the Engineer and the
Owner, and their respective officers and employees, (individually and collectively,
the "Indemnified Parties"), from and against any and all suits, judgments, actions,
claims and liabilities, of any character, brought because of or arising out of any
personal or bodily injury or damage received or sustained by any person(s) or
property on account of the operations of the Contractor; or on account of, or in
consequence of, any neglect in safeguarding the work; or through use of
unacceptable materials in constructing the work; or because of any act or
omission, neglect or misconduct of said Contractor; or because of any claims or
amounts recovered from any infringement(s) of patent, trademark or copyright;
or from any claims or amounts arising or recovered under the "Workmen's
Compensation Act", or any other law, ordinance, order or decree. Money due to
the Contractor under and by virtue of its contract as may be considered necessary
by the Owner for such purpose may be retained for the use of the Owner, or, in
case no money is due, its surety may be held until such suits, judgments, actions,
claims or liabilities for injuries or damages as aforesaid, shall have been settled
and suitable evidence to that effect furnished to the Owner, except that money
due to the Contactor will not be withheld when the Contractor produces
satisfactory evidence that it is adequately protected by public liability and/or
property damage insurance, as applicable, in accordance with the coverages
outlined in the insurance section below.
INSURANCE (LIABILITY). Before commencing the work hereunder, Contractor
shall effect and pay for (as part of the cost of the work), and shall keep in full
force and effect during the entire term hereof, insurance issued by a company
satisfactory to Owner, having a A.M. Best Rating of A – X or better, and qualified
to do business in the State of Indiana, as follows:

Statutory Worker’s Compensation and Employer’s Liability. Worker’s
Compensation insurance must be provided in accordance to state
statute. The Contractor shall also provide employers liability insurance
with limits of not less than the following:
Bodily Injury by Accident
Bodily Injury by Disease
Bodily Injury by Disease
$500,000 Each Accident
$500,000 Each Employee
$500,000 Policy Limit
Worker’s compensation insurance will provide a waiver of subrogation
in favor of the Owner and its respective officers, directors, employees,
representatives and agents.

Commercial General Liability. Insurance against claims for bodily injury,
property damage or death. Coverage will include premises/completed
operations, independent contractors, broad form contractual liability
Page 41 of 106
recognizing the contract, personal injury, broad form property damage,
completed operations, and explosion, collapse and underground (XCU)
coverage including broad form property damage. Such general liability
policy shall be written on an occurrence basis. Limits of liability should
not be less than:
Combined Single Limit of Liability for
Bodily Injury and Property Damage
$1,000,000 Per Occurrence
$1,000,000 General Aggregate
Products/Completed Operations
$1,000,000 Per Occurrence
$1,000,000 Annual Aggregate
Coverage will include:

Aggregate Limit Per Project Endorsement

Waiver of subrogation in favor of the Owner, the Engineer, and
the Construction Managers, and their respective officers,
directors, employees, representatives and agents.
The Owner, the Engineer, and the Construction Managers, and
their respective officers, directors, employees, representatives
and agents shall be named as an “additional insured”, using
Contractors Endorsement (CG2010 Ed. 11-85 or its equivalent)
or a comparable Blanket Additional Insured Endorsement
"which includes completed operations coverage".



Coverage provided to the Owner, the Engineer, and the
Construction Managers, as additional insureds under the
contractors’ liability policy, shall apply on a primary and noncontributory basis.
Automobile Liability.
Comprehensive automobile liability policy
providing coverage for owned, leased or hired, and non-owned
automobiles with primary limits of not less than:
Bodily Injury and Property Damage $500,000 Per Occurrence
Combined
Single
Limit

Umbrella Liability. Policy will be written with limits of liability (may be
by means of a combination of Commercial General Liability and
Umbrella/Excess Liability insurance) not less than:
Bodily Injury and Property $10,000,000 for work within the Air
Damage Combined Single Operation Areas at the Indianapolis
Limit
International Airport; $5,000,000 for
work outside the Air Operation Area at
the Indianapolis International Airport
and for work at any reliever airports,
Page 42 of 106
unless otherwise
contract
specified
in
the
Excess and umbrella policies must not provide any less coverage than that
provided by the primary policies for named or additional insureds. If
Umbrella policies are utilized to meet any limits as prescribed above, all
applicable Umbrella policies are required to be endorsed to meet the
requirements of coverage as outlined for Worker’s Compensation,
Automobile Liability, and Commercial General Liability.

Owners Protective Liability.
Where required as an incident to
compliance with federal laws and regulations, bodily injury and property
damage protection shall be extended to the Owner.
Before commencing any work on the project, Contractor shall furnish to the
Owner, the Engineers, and the Construction Managers, and any other persons
designated by the Owner, certificates issued by the company or companies
issuing such insurance, evidencing that such insurance is in full force and effect
and expressly providing that no such insurance may be cancelled or changed
without at least sixty (60) days’ prior written notice thereof by certified mail,
return receipt requested, to:
Indianapolis Airport Authority
7800 Col. H. Weir Cook Memorial Drive
Indianapolis, IN 46241
In addition, if requested by the Owner, the Engineer, or the Construction
Managers, duplicate policies shall be furnished. At the request of the Owner, the
Engineer, or the Construction Managers, the Contractor also shall promptly cause
any and all government agencies and political subdivisions having an interest in
the project, or any part thereof, to be named as additional insured parties under
all of the aforesaid liability and casualty insurance policies, and shall furnish
insurance certificates to them. The Contractor shall not commence or permit any
subcontractor to commence any work until each has fully complied with the
insurance requirements set forth herein.
SECTION XIII - ARBITRATION
Arbitration of all questions in dispute under this Contract shall occur if
agreed upon by both parties and shall be in accordance with the rules of the
American Arbitration Association. This Contract shall be specifically enforceable
under the prevailing arbitration law and judgment upon the award rendered may
be entered in the court of the forum, state or federal, having jurisdiction. The
decisions of the arbitrators shall not be binding but are conditions precedent to
the right of any legal action.
Page 43 of 106
SECTION XIV - SUCCESSORS AND ASSIGNS
The AUTHORITY, insofar as authorized by law, binds itself and its
successors, and the CONTRACTOR binds its successors, executors,
administrators, and assigns, to the other party of this Contract and to the
successors, executors, administrators, and assigns of such other party as the
case may be and insofar as authorized by law in respect to all covenants of this
Contract.
Except as above set forth, neither the AUTHORITY nor the
CONTRACTOR shall assign, sublet, transfer its or their own interest in this
Contract without the consent of the other.
SECTION XV - SPECIAL PROVISIONS
The AUTHORITY and the CONTRACTOR mutually agree that the provisions
hereof and the exhibits attached hereto represent the entire Contract between
the AUTHORITY and the CONTRACTOR. This Contract shall be subject to the
approval of the Federal Aviation Administration.
I hereby certify that I am the duly authorized representative of the firm
listed herein, an Indiana corporation, and that neither I nor the above firm here
represented has:
a.) Employed or retained for a commission, percentage, brokerage,
contingent fee, or other consideration, any firm or person other than
a bona fide employee working solely for me or the above Contractor
to solicit or secure this contract;
b.) Agreed, as an express or implied condition for obtaining this
contract, to employ or retain the services of any firm or person in
connection with carrying out the contract, except as noted below; or
_____________________________________________________
_____________________________________________________
c.) Paid or agreed to pay to any firm, organization, or person (other than
a bona fide employee working solely for me or the above Contractor)
any fee, contribution, donation, or consideration of any kind for, or
in connection with, procuring or carrying out the contract except as
here expressly stated below.
_____________________________________________________
_____________________________________________________
If this contract involves participation of Airport Improvement Program (AIP)
funds, I acknowledge that this certificate will be furnished to the Federal Aviation
Administration of the United States’ Department of Transportation, and is subject
to applicable State and Federal laws, both criminal and civil.
Page 44 of 106
IN TESTIMONY WHEREOF, the parties hereto have executed this Contract, the day
and year first above mentioned.
______________________________________________
Company Name
_______________________________________________
Signature of Company’s Authorized Representative
_______________________________________________
Print Name of Company’s Authorized Representative
_______________________________________________
Print Title of Company’s Authorized Representative
Date: __________________________________________
INDIANAPOLIS AIRPORT AUTHORITY*
Michael W. Wells, President
Alfred R. Bennett, Secretary
Date
Page 45 of 106
Exhibit G Airport Security Requirements
The Contractor assures that no action by his or her operation will cause a safety and/or security
violation of the “Airport Certification Manual”, “Airport Security Program,” or FAA or
Transportation Security Administration (TSA) regulations. Any fines and/or penalty costs
incurred as a result of the Contractor’s failure to comply with Airport, FAA, or TSA regulations,
shall be the sole responsibility of the Contractor.
The Contractor must provide sufficient Owner Approved Security Firms or badged construction
personnel as Security Personnel at designated locations to ensure that the security of the
security-controlled areas (Airport Operations Area (AOA), Sterile Area of Terminal, or Security
Identification Area (SIDA)) is maintained at all times. The Contractor must coordinate the number
of and location of security personnel at least one (1) work day in advance with the Owner to
demonstrate compliance with the project security requirements.
The following entities are Owner Approved Security Firms at the Indianapolis International Airport:
Owner Approved Security Firms
Protection Plus
Securatex
Securitas
American Global Management
2345 S. Lynhurst, Suite 200
5401 South East Street, Suite 120
2 Campus Drive
6628 Westland Drive
Indianapolis, IN 46241
Indianapolis, IN 46227
Parsippany, NJ 07054
Brownsburg, IN 46112
317-244-7569
.
317-916-2285
317-260-6267
317-225-7801
The Owner Approved Security Firms must be used for the following Security Personnel
responsibilities:
 Gate Guard – Security personnel controlling access through the approved construction
access gate per construction documents. The Gate Guard is responsible to verify that all
persons entering through the gate are on the approved access control roster or are
approved Airport employees.
 Flagperson – Security personnel at designated locations where vehicular traffic crosses
active movement areas (taxiways). When required, these “Flagpersons” must confirm, by
personnel observation, that no aircraft is approaching their position when giving clearance
to cross the movement area.
 Vehicle Escort Driver – Security personnel authorized to drive an appropriate marked
vehicle in the AOA to move a maximum of two (2) vehicles at a time through the AOA. The
Vehicle Escort Driver must verify the movement/position of all escorted vehicles at any
given time. Vehicle Escort Drivers must also confirm by personnel observation, that no
aircraft is approaching their position when given clearance to cross the movement area.
The Owner Approved Security Firms can also be used for the following security personnel
responsibilities:
 Crew Guard – Security personnel responsible to provide full-time visual surveillance of all
contractor or subcontractor personnel. The ratio of construction personnel to Crew
Guards shall not exceed 6:1 and must be within 500 feet and continuous visual contact
of the Crew Guard. In addition, if a worker within the designated work limits needs to
leave for any reason, they must be escorted out of the area by approved security
personnel. In the event that a Crew Guard is also approved to escort personnel to and
from the worksite, the Crew Guard may lead the individual out of the area only if the
required number of Crew Guards remains available within the work limits.
 Area Guard Area - Security personnel located around the perimeter of the work zone, such
that an Area Guard is within 500 feet of every unbadged contractor or subcontractor
employee. The Area Guard will be responsible to provide full-time visual surveillance of
Page 46 of 106
all unbadged construction employees. Use of Area Guards in place of Crew Guards must
be approved by the Owner.
Badged construction personnel may be used for the following security personnel responsibilities
defined above in place of or in addition to Owner Approved Security Firms:
 Crew Guard
 Area Guard
Badged construction employees will only be allowed to act as Crew or Area Guards for persons
directly employed by the contractor or subcontractor utilized for the specific job within the
worksite or under contract with the Owner for the project.
Costs to badge construction personnel shall be the responsibility of the Contractor. Construction
personnel to be badged must meet the requirements as included in “Airport Identification” in the
Attachments. Contractor may badge a sufficient number of construction personnel to act as a
Crew or Area Guards. The requested number of construction personnel to be badged shall be
provided to the Owner for approval, along with the names of the proposed construction personnel
to be badged. The authorization to issue these badges and the number of badges allotted will be
at the discretion of the Airport Security Coordinator (ASC) or designee.
Badges will be valid until the completion of individual project and must be forfeited upon project
completion or earlier at the request of the ASC.
Any contractors on-site, in security-controlled areas, must be escorted to and from the jobsite. If
the work zone is not adjacent to the gate, the on-site contractors must be escorted to the work
zone by a Vehicle Escort Driver. At no time shall contractor personnel proceed unescorted into a
security-controlled area. Appropriate security personnel must accompany the contractor
personnel at all times that contractor personnel are in the security-controlled areas in order to
assure that security is not compromised and proper airside security procedures are followed.
When notified by the Owner, the Contractor shall provide security personnel to escort
representatives of a union requesting access to any project located within airport securitycontrolled areas for the conduct of official union business. Union representatives escorted and/or
supervised by security personnel at all times when they are within security-controlled areas.
The Contractor shall be responsible for completing daily “Secure Area Access Control and Secure
Area Vehicle Control Rosters,” listing all personnel and vehicles that will be operating on the
project for that day. These lists will then be delivered to the Owner’s Access Systems Manager
by fax (317-487-5325) or email (badging@ind.com) prior to the start of each workday. After
review and approval by the Owner, a copy of this list will also be forwarded to Gate Guard by the
Owner, where it will be used as the approved access control roster for that day. Approved access
control rosters are valid only for the workday on which they were signed, and, as such, will expire
at the end of that same workday. (Note: Weekly access control rosters may be authorized, on an
as-needed basis, at the discretion of the Owner’s Access Systems Manager).
Any employee of a contractor or subcontractor who may be a risk to public safety, as determined
by the Owner, will be prohibited from entering a “secured area” of the airport.
Additionally, the Contractor will complete the “Escort Notification Form,” listing security
personnel to be used on the project and his/her security role, and also identify any additional
access control points or measures needed. This list will also be sent the Owner’s Access Systems
Manager on a daily or weekly basis, as required.
Access to the job site by all contractor and subcontractor personnel will be restricted to those
gates identified in the construction documents. Only those gates identified in the construction
documents will be used for construction-related access to security-controlled areas. All access
gates will only be opened by Airport personnel. The Gate Guard will be responsible for ensuring
Page 47 of 106
that only those personnel and vehicles properly documented on the approved access control
roster submitted to the Access Control Manager are allowed to access the security-controlled
area. All personnel entering a security controlled area of the airport are subject to search of his
or her person, accessible property and vehicle by the TSA, pursuant to title 49 USC 44903.
Throughout the project, the perimeter of the airfield must be secured at all times in accordance
with TSA standards and/or requirements. During periods of non-work, in case the integrity of
the secure perimeter fence is compromised (i.e., does not comply with Federal Aviation
Regulation (FAR) standards, concrete secured posts, 6’ minimum fabric height, top-rail, and
barbed wire), the Contractor must erect a sufficient physical barrier, fabric, wire or other adequate
barrier to restrict access to the compromised area and supply appropriate on-site security
personnel to prevent unauthorized entry into secured areas.
All Security Personnel must comply with the following requirements of Section 900 of the Owner’s
Airport Security Program.
 Only individuals’ possessing valid Airport issued or Airport approved identification media
with ESCORT privileges have the authority to supervise non-badged individuals in the
security- controlled area.
 Properly badged individuals with ESCORT privileges are permitted to provide security
supervision for up to six unbadged personnel at one time within the work zone.
 The ASC may grant exemptions to the 6:1 ratio in special circumstances to accommodate
special events and/or activities if adequate security supervision personnel are provided to
properly control the movement of all unbadged individuals. (Use of Area Guards)
 The security personnel must maintain positive control of all personnel under their
supervision, including continuous visual contact, and will ensure that the supervised
individual engages only in those activities for which access was granted.
 The security personnel must be able to immediately contact the Airport Operations Center
(AOC) at 317-487-5089.
 The security personnel will immediately contact the AOC in the event an individual under
supervision engages in any activity other than that for which access was granted.
 In the event of separation from the supervised party(s), the security supervision escort
and/or vehicle driver escort will immediately contact the AOC. Once positive control of
the individual is regained, the individual will be removed from the Area and immediately
returned to a public area.
ASC or designee may audit construction companies periodically to ensure construction personnel
with airport issued identification are still valid employees and still require airport access. If
discrepancies are found during these audits, it may cause all airport identification media issued
for that company to be recalled.
Page 48 of 106
Access Control Procedures
(Airfield Construction Projects)
Revised July 2014
1) All vehicles will be stopped at the access gate prior to being granted access into any restricted
area or SIDA (Including marked Airport vehicles). Every vehicle will be required to have:
 Company Logo or other form of company identification, prominently visible on the
vehicle;
 Yellow flashing light is displayed on vehicle, such that it is visible for 360° or vehicle
has an orange and white checkered flag prominently displayed;
 Airport vehicles may have strobe lights at all four corners of vehicle, instead of yellow
light or flag;
 Valid vehicle identification tag matching daily Vehicle Control Roster (Contractor
vehicles);
In some rare exceptions, vehicles entering and exiting the worksite multiple times during the
day may be issued a color-coded placard to identify them as being “checked-in” against the
required access control lists for that day. These placards are to be forfeited at the end of
each work day and are valid only for the day they are issued. TSA will be informed if these
placards will be used for a specific project.
2) All individuals will be stopped prior to entering airfield to ensure the following: (Physical
contact must be made of ALL ID’s):
 Contractors
o Name and picture on Driver’s License or Government ID matches name on daily
Access Control Roster and person presenting ID; and
o Last four digits of Driver’s License match those listed on daily Access Control
Roster.
 Airport Personnel
o Picture on Airport ID matches person presenting ID; and
o Name listed on ID is not on latest “Stop list”.
 Passengers in Airport Vehicles
o Airport personnel identification shall be validated as above;
o Non-airport personnel will be required to present valid Driver’s License or other
valid government issued picture identification; and
o Gate guards shall maintain a list of all non-airport employees escorted by or
accompanying airport employees. List must include the following:
a. Individuals name;
b. Type of identification media presented and ID number;
c. Name of airport personnel providing escort; and
d. Vehicle number in which the individual is traveling (if applicable).
 Security Personnel
o Picture on Airport ID matches person presenting ID;
o Name and last four digits of Driver’s License match those listed on daily Access
Control Roster; and
o Name listed on ID is not on latest “Stop list”.
3) Emergencies
If an unauthorized person should gain access, the AOC should be contacted
IMMEDIATELY @ 317-487-5089;
 In the event that a person attempts to gain improper access, the person should be
denied access and the AOC notified immediately @ 317-487-5089; and
ALL emergencies of any type should be immediately reported to the AOC @ 317-487-5089

Page 49 of 106
EXHIBIT H Contract Signature Page
IN TESTIMONY WHEREOF, the parties hereto have executed this Contract, the day
and year first above mentioned.
______________________________________________
Company Name
_______________________________________________
Signature of Company’s Authorized Representative
_______________________________________________
Print Name of Company’s Authorized Representative
_______________________________________________
Print Title of Company’s Authorized Representative
Date: __________________________________________
INDIANAPOLIS AIRPORT AUTHORITY*
Michael W. Wells, President
Alfred R. Bennett, Secretary
Date
Page 50 of 106
ATTACHMENTS:
A. IAA Safety Program
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
L.
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT
AA............................................ 1
AB ............................................ 2
AC............................................ 3
AD ........................................... 4
AE ............................................ 6
AE-1 ......................................... 7
AF ............................................ 8
AF-1 ......................................... 9
AG ......................................... 10
AG-1....................................... 11
AG-2....................................... 12
AG-3....................................... 13
AG-4....................................... 14
AH ......................................... 15
AI ........................................... 16
AJ........................................... 17
AK.......................................... 18
Specifications
Existing CP-201 Drawings.pdf
Existing CP-202 Drawings.pdf
Existing CP-203 Drawings.pdf
Existing DAF1 Schematic.pdf
Existing PLC Program.pdf
Proposed Network Architecture.pdf
Proposed CP-201.pdf
Proposed CP-202.pdf
Proposed CP-203.pdf
Proposed Conduit Plan.pdf
Page 51 of 106
Attachment A
IAA Safety Program
A. ADMINISTRATIVE…………………………………………………...................…………..1
1.0
2.0
3.0
4.0
5.0
6.0
6.1
7.0
7.1
7.2
8.0
9.0
9.1
9.2
9.3
9.4
9.6
9.7
9.8
10.0
10.1
10.2
10.3
11.0
12.0
13.0
14.0
B.
1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0
9.0
10.0
11.0
12.0
13.0
14.0
15.0
16.0
17.0
18.0
19.0
20.0
21.0
22.0
23.0
24.0
25.0
26.0
INTRODUCTION.............................................................................................................................. 1
DEFINITIONS .................................................................................................................................. 1
OVERVIEW ...................................................................................................................................... 2
OBJECTIVES .................................................................................................................................. 2
COMMUNICATIONS ....................................................................................................................... 3
SAFETY RESPONSIBILITIES ........................................................................................................ 3
CONTRACTOR SAFETY REPRESENTATIVE (CSR) ................................................................... 3
COMPETENT PERSONS ................................................................................................................ 5
CONTRACTOR SUPERVISION ...................................................................................................... 5
EMPLOYEES ................................................................................................................................... 5
PROJECT SAFETY ORIENTATION ............................................................................................... 5
SAFETY TRAINING......................................................................................................................... 6
WEEKLY TOOL BOX SAFETY MEETINGS ................................................................................... 6
BULLETIN BOARDS ....................................................................................................................... 7
EMERGENCY PROCEDURES OVERVIEW ................................................................................... 7
FIRST AID AND MEDICAL TREATMENT ...................................................................................... 7
EVACUATION PROCEDURES ....................................................................................................... 8
ROLL CALL ..................................................................................................................................... 8
NEWS MEDIA .................................................................................................................................. 8
INCIDENT PREVENTION ................................................................................................................ 8
INCIDENT/ACCIDENT PROCEDURES .......................................................................................... 9
INCIDENT NOTIFICATION AND INVESTIGATION ....................................................................... 9
INCIDENT REVIEW PROCESS .................................................................................................... 10
DISCIPLINARY ACTION ............................................................................................................... 11
SAFE WORK PLAN OVERVIEW .................................................................................................. 12
SECURITY REQUIREMENTS- ...................................................................................................... 13
SUBSTANCE ABUSE PROGRAM ............................................................................................... 13
SAFE WORK REQUIREMENTS .................................................................................... 14
GENERAL CONSTRUCTION SAFETY REQUIREMENTS .......................................................... 14
BLOOD-BORNE PATHOGENS .................................................................................................... 14
COMPRESSED GAS CYLINDERS ............................................................................................... 14
CRANES ........................................................................................................................................ 15
ELECTRICAL SAFETY ................................................................................................................. 15
EXCAVATIONS/UNDERGROUND UTILITIES ............................................................................. 16
FALL PROTECTION ..................................................................................................................... 17
FIRE PREVENTION/PROTECTION .............................................................................................. 17
HAZARDOUS CHEMICALS/FUEL STORAGE/SPILL PREVENTION ........................................ 18
GUARDRAILS/BARRICADES ...................................................................................................... 19
HAND TOOLS AND POWER TOOLS .......................................................................................... 19
HEAVY EQUIPMENT .................................................................................................................... 20
HOUSEKEEPING .......................................................................................................................... 20
LADDERS ...................................................................................................................................... 21
LIFTING SAFETY .......................................................................................................................... 21
LIGHTING ...................................................................................................................................... 22
LIQUEFIED PETROLEUM GAS (LPG)......................................................................................... 22
LOCKOUT/TAG-OUT .................................................................................................................... 22
MAN LIFTS/SCISSORS LIFTS ..................................................................................................... 22
MATERIALS STORAGE AND HANDLING .................................................................................. 23
PERMITS AND TAGS ................................................................................................................... 23
PERSONAL PROTECTIVE EQUIPMENT (PPE) .......................................................................... 24
POWDER-ACTUATED TOOLS .................................................................................................... 26
RADIOS AND OTHER ELECTRONIC COMMUNICATION DEVICES ......................................... 26
SCAFFOLDING ............................................................................................................................. 26
SPILL CONTROL/ENVIRONMENTAL PROTECTION ................................................................. 27
TOC - 1
27.0
28.0
29.0
30.0
TEMPORARY BUILDING .............................................................................................................. 27
TOOLBOX TALKS/SAFETY TRAINING....................................................................................... 27
VEHICLE USAGE (EXCLUDING AIRPORT OPERATIONS AREAS) ......................................... 27
WASTE DISPOSAL ....................................................................................................................... 28
FORMS ....................................................................................................................................... 28
EXHIBIT AA .............................................................................................................................................. 1
EXHIBIT AB .............................................................................................................................................. 2
EXHIBIT AC .............................................................................................................................................. 3
EXHIBIT AD .............................................................................................................................................. 4
EXHIBIT AE .............................................................................................................................................. 6
EXHIBIT AE-1 ........................................................................................................................................... 7
EXHIBIT AF ............................................................................................................................................... 8
EXHIBIT AF-1 ........................................................................................................................................... 9
EXHIBIT AG ............................................................................................................................................ 10
EXHIBIT AG-1 ......................................................................................................................................... 11
EXHIBIT AG-2 ......................................................................................................................................... 12
EXHIBIT AG-3 ......................................................................................................................................... 13
EXHIBIT AG-4 ......................................................................................................................................... 14
EXHIBIT AH ............................................................................................................................................ 15
EXHIBIT AI .............................................................................................................................................. 16
EXHIBIT AJ ............................................................................................................................................. 17
EXHIBIT AK ............................................................................................................................................ 18
TOC - 1
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
CONTRACTOR SAFETY INSTRUCTIONS
A.
1.0
2.0
ADMINISTRATIVE
INTRODUCTION
A.
This project safety plan is not an attempt to reiterate the numerous applicable
regulations, standards, and laws that contractor are bound to comply with in achieving
a safe and healthful workplace. IOSHA standards are minimum requirements. This
program is intended to be a supplement to enumerate requirements that raise the level
of safety and clarify and highlight certain requirements with the intent of achieving the
safest possible workplace. Contract firms and their employees must understand what
is required of them because they are accountable for maintaining a safe project.
Nothing contained in this project safety plan is intended to relieve any contractor or
supplier of the obligations assumed by them under their contract with the IAA or as
required by law.
B.
In addition to site safety, this project mandates that construction activities do not impact
airport operations or the public.
C.
Each contract firm and their employees have the explicit responsibility to provide a safe
workplace and follow safe work practices at all times.
DEFINITIONS
A.
Air Operations Area (AOA) – Areas of the airport used on intended for landing, taking
off, surface maneuvering, loading, unloading, or servicing of aircraft, operational
vehicular traffic and cargo operations. This is a high security area requiring special
badging and compliance with unique laws and security regulations.
B.
Airport Operations Officer – A representative from the airport’s Operations Department
with the authority to intervene if the contractor’s actions on the airport are detrimental
to the airport’s operational safety or security.
C.
Competent Person – Person designated by contractor who is capable of identifying
existing and predictable hazards in the surroundings or working conditions which are
unsanitary, hazardous, or dangerous to employees, and who has authorizations to take
prompt corrective measures to eliminate these conditions.
D.
Contractor – An individual, firm, partnership, corporation, or subcontractor undertaking
a project with the IAA to perform work on the project.
E.
Contractor Safety Representative – A full time on-site safety professional with a
minimum 30 Hour OSHA Construction Standards Class in the last twelve months and
minimum of five years experience or equivalent safety related college degree hired by
a contractor to manage only safety efforts. This person must be familiar with the type
of work to be performed under the contract and have no other duties. The requirements
contained herein are in addition to other requirements contained in the contract
documents.
F.
Live Load – Any load of material (i.e. steel, building materials) attached to a crane or
by means of a cable or sling shall be referred to as a “live load” until the materials have
been disconnected.
G.
Obstacle Free Zone (OFZ) – An area clear of vehicles and fixed objects that is in
proximity to a runway or taxiway.
1
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
3.0
4.0
OVERVIEW
A.
The Project Safety Program addresses two major safety areas: 1) safe work
environment and safe work practices for contractor employees, visitors, vendors, etc.,
2) impact to airport operations.
B.
Construction activities in proximity to or affecting AOA must be coordinated by
contractors with the Construction Manager and Airport Operations. Contractors shall
make all employees aware of and follow all airport and security policies and
procedures.
C.
Contractors must ensure that all construction activities are outlined and identified on
project plans and shared with Construction Manager and Airport Operations.
Contractors must maintain a close relationship with Airport Operations throughout the
construction of the project to ensure no interruptions to airport operations.
D.
Any construction activity occurring outside the perimeter of the project or within the
project perimeter that may effect airport operations must be communicated to
Construction Manager and Airport Operations. Specific regulations govern these
activities and contractors will be required to ensure they follow these requirements.
Any instructions issued to contractors by the control tower shall be immediately
obeyed.
OBJECTIVES
A.
The specific goals are established to foster a safety conscious environment,
encouraging contractors to actively manage safety and thus limit losses from personal
injuries and property damage.
The ultimate objectives are to minimize
injuries/accidents, achieve greater efficiency, and reduce the direct and indirect costs
associated with injuries or claims.
B.
The effectiveness of the Project Safety Program depends upon the active participation
and cooperation of the Contractor’s Project Managers, Supervisors, and Employees to
carry out the following basic procedures:
1
Detection - Maintain a system of prompt detection and correction of unsafe
practices and conditions.
2
Education - Establish and conduct an educational program to stimulate and
maintain the interest and cooperation of all employees. Education will be
conducted through orientation sessions, safety meetings, bulletin boards, and
training programs.
3
Investigation – All incidents, accidents, near misses, and claims will be
investigated to determine their root cause and implement reasonable corrective
actions in a timely manner.
4
Planning – Plan all work to minimize the potential for personal injury, property
damage, and loss of productivity.
5
Regulations – Comply with Federal, state, and local, and Authority laws,
ordinances, regulations, industry standards. (see Appendix for a list of applicable
agencies)
6
Verification – Verification of effective safety process through audits and metrics.
2
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
5.0
COMMUNICATIONS
A.
6.0
6.1
At a minimum each project Superintendent and Safety Representative will be required
to have adequate communications (i.e. radio, cellular phone, etc.) while on the project.
SAFETY RESPONSIBILITIES
A.
Every person involved with the project is responsible for their own safety and that of
their fellow workers. Each person must thoroughly understand the scope of work and
the safety precautions that apply.
B.
Project safety professionals serve as a resource to monitor, interpret, review and
facilitate the Project Safety Program elements. The following information details the
roles and responsibilities for Indianapolis Airport Management and Safety Personnel
regarding project safety
CONTRACTOR SAFETY REPRESENTATIVE (CSR)
A.
All Contractors, regardless of size of its on-site work force, shall have a full time
onsite CSR.
B.
Each self-performing subcontractor to the Contractor with an on-site workforce greater
than thirty (30) craftspersons, shall also provide a full time on-site safety professional
responsible for overseeing the subcontractor’s safety. Subcontractor’s CSR must be
on-site at all times when construction activities are occurring.
1
C.
If the on-site work force of a Contractor’s Subcontractor is between 1 to 29, the
Subcontractor is to designate a Superintendent or other management person with
OSHA 30-hour Construction Standards to oversee safety program compliance.
Additional CSR requirements for the Contractor’s subcontractors are addressed in the
following chart:
Work
Force
Additional Requirement for Onsite Contractor Safety Representative
One (1) Full-time non-working qualified Safety Representative is required for each
subcontractor with an Experience Modification Rate greater than 1.00.
See D
below
50-150
Two (2) Full-time non-working qualified Safety Representatives with OSHA 30-hour
Construction Standards and a minimum of five (5) years safety related experience
or equivalent safety related college degree.
151+
Three (3) Full-time non-working qualified Safety Representatives with OSHA 30-hour
Construction Standards and a minimum of five (5) years safety related experience
or equivalent safety related college degree.
D.
Any subcontract firm with an EMR greater than 1.00 is required to provide a full-time
on-site safety professional to ensure compliance with the Safety Program.
E.
If any subcontractor with a work force less than 30 demonstrates difficulty, or fails to
fulfill safety responsibilities on the project, that subcontractor will provide a full time onsite safety CSR to bring their performance into compliance.
F.
A CSR is a full time position with no other duties assigned other than ensuring
safety on the project.
1
Minimum qualifications for a CSR are OSHA 30 hour training and a minimum of 5
years safety related or equivalent (safety related college degree). Other relevant
credentials, additional years of related experience, and performance track record,
3
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
will be evaluated for possible substitutes of listed criteria. Persons assigned as onsite Safety Professionals will be on probationary basis for 90 days.
G.
The CSR is required to perform the following duties:
1
Jobsite Inspections. Maintain a high level of presence in the field making jobsite
observations and ensuring that all unsafe acts and conditions are rectified and
submit daily written inspections.
2
Accident/Incident Investigations. Investigate all accidents, incidents, and near
miss incidents. Provide preliminary investigation findings for all incidents and
accidents within 8 hours of the occurrence and facilitate the accident/incident
review meeting.
3
Recordkeeping. Maintaining and posting their company’s OSHA 300 log.
4
Contractor Toolbox Safety Meetings. Conduct weekly Tool Box Safety Meetings
and submit documentation of the meeting.
5
Cooperation. Safety responsibilities include cooperation with Construction
Manager, Operations, Security and others related to the project. Implementation
of corrective actions for unsafe acts and conditions must be completed and
documented immediately following implementation.
6
Equipment Inspections. All machinery, tools, equipment and safety devices must
be regularly inspected for deficiencies. Any deficiencies noted will result in the item
being tagged “out of service”, correction of the deficiency, or disposal of the item.
7
First Aid/Medical Treatment/Bloodborne Pathogens. The CSR shall ensure
that persons requiring first aid/medical treatment are brought to the immediate
attention of their company and that emergency services are notified. This must
occur in every case regardless of severity or other first aid. The CSR is to ensure
that Bloodborne Pathogens concerns are addressed by properly trained and
equipped personnel.
8
Incident/Injury Reporting. The CSR is responsible for immediately notifying their
company in the event of an incident/injury on-site. This notification includes near
miss incidents and minor first aid cases. Preliminary investigations are required to
be submitted 8 hours of the occurrence.
9
Man-hour Reports. A man-hour report for all hours worked is required to be
submitted the 5th day of each month.
10 Permits. The CSR is responsible for initiating permits for hot work, confined space,
excavations, and critical lifts, and submitting the permit for approval.
11 Safety Training. The CSR is required to verify and provide training documentation
for all state, local and federal safety requirements. Examples of this training may
include Hazard Communication, Fall Protection, Heavy Equipment Operator,
Forklift, PPE, scaffolds, excavation, and Confined Space.
12 Disciplinary Action. The CSR is required to initiate disciplinary procedures when
safety policies and procedures are violated. Documentation of disciplinary actions
shall be provided to the contractor and violator.
13 Corrective Actions. Any unsafe acts or conditions that are observed or reported
must be immediately corrected. Written documentation of corrective actions is
required.
4
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
7.0
COMPETENT PERSONS
A.
Each contractor is required to designate the competent person(s) for various tasks in
the scope of their work. Designated competent persons are required for fall protection,
excavation, ladders, scaffolds, rigging, electrical, steel erection, vehicles, and PPE.
IOSHA may require competent persons for other items within a contractor’s scope of
work.
B.
A competent person:
C.
7.1
2
Is capable of identifying existing or predictable hazards in the job being performed.
3
Is capable of identifying working conditions that are unsanitary, hazardous, or
dangerous to the safety and health of the employees.
4
Has authority to take prompt corrective measures to eliminate the above conditions.
The designated competent person must have an immediate knowledge of the subject,
either by years of experience in the subject field, formal education or specialized
training. The competent person must understand the activity being performed,
applicable safety and health standards, current conditions, potential hazards,
technology and controls.
The above requirements for safety professionals are intended to provide dedicated
persons to serve as a technical resource to contractor supervision and perform
constant inspections on the project site. All levels of the contractor’s supervision,
including superintendents, general foremen, and foremen are responsible for setting
up and maintaining safe work areas for their employees and ensuring safe work
practices by their employees.
EMPLOYEES
A.
8.0
Has training and experience in the subject.
CONTRACTOR SUPERVISION
A.
7.2
1
Each employee on this project is accountable for their own safety and that of their
coworkers. Employees will be given the project safety requirements through
orientation, training, bulletins, project signage, and Safe Work Plan information. Each
employee is required to remain aware of their surroundings at all times, follow the safety
rules and regulations applicable to their work, participate in the Safe Work Plan
process, and promptly report hazards and incidents.
PROJECT SAFETY ORIENTATION
A.
The Contractor is to prepare its safety orientation program consisting of an orientation
lecture and handout materials to convey highlights of project safety requirements and
relevant security information. By administering the orientation in this manner, all
personnel entering the construction area will be given consistent information. The
following is an outline of the topics that should be covered by the Contractor:
1
Substance Abuse Policy
2
Emergency Action Plan
3
Access, and Security Requirements
4
Parking
5
Lunch Areas
6
Tobacco Use
5
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
7
Incident/Accident Reporting
8
Safety Responsibilities
9
Personal Protective Equipment
10 Housekeeping
11 Hazard Communication
12 Fire Prevention/Protection
13 Personal Tools
14 Hand/Power Tools
15 Electrical
16 Hazardous Energy Control (Lockout/Tag-out)
17 Ladders/Scaffolds
18 Fall Protection
19 Openings in Walking/Working Surfaces
20 Hoisting and Lifting Operations
21 Excavations
22 Confined Space Operations
23 Equipment and Vehicle Safety
24 Foreign Object Debris/Damage (FOD)
25 AOA Activities and Restrictions
26 Job Site Meetings
27 Safe Work Plan
28 Disciplinary Procedures
9.0
B.
Contractor is to provide a safety handbook summarizing the safety orientation
information to all employees.
C.
Each person attending the orientation will complete an orientation comprehension
acknowledgement form. Additional time will be given to any person(s) who indicate
that they do not understand all of the requirements. A photo ID badge may be issued
to each person completing the orientation program to be displayed at all times while on
the job site.
D.
Revisions to the orientation information will be communicated to employees utilizing
project bulletin boards, safety committee and supplements to toolbox safety talks.
SAFETY TRAINING
A.
9.1
Each contractor is responsible for providing their employees with training appropriate
for the tasks to which they will be assigned. This training may be required by IOSHA,
the contracts specifications, or other regulatory agencies.
WEEKLY TOOL BOX SAFETY MEETINGS
A.
Contractors and subcontractors are to conduct a detailed Tool Box Safety Meeting prior
to beginning work on Monday or the first work day in weeks with holidays. The training
topics covered shall be relevant to the work being performed. The time committed to
6
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
training each week may vary with topics, but actual training time shall be a minimum of
15 minutes.
9.2
B.
All employees are required to sign in for this meeting on the Safety Training Sign In
form (See Forms in Appendix). A copy of the meeting documentation and sign in sheet
is to be delivered to the Construction Manager.
C.
Additional documentation of employee training and employer certifications must be
made available upon request.
BULLETIN BOARDS
A.
9.3
9.4
Contractor is to construct and conspicuously locate plywood bulletin boards of a size
to be determined that is used to communicate certain project safety information to
employees. OSHA required postings, project safety statistics, project contact numbers;
emergency response information, recipients of safety achievement awards, meetings
and tool recall information are examples of what shall be put on the bulletin boards.
EMERGENCY PROCEDURES OVERVIEW
A.
Every emergency is considered an incident; however, not all incidents are
emergencies. Several types of emergency situations may arise during the course of
the project: accidents, with or without injuries or property damage, work-related illness,
or personal medical situation, fire, severe weather, earthquake, chemical spill/release,
security emergency, utility outage, equipment or structural failure, terrorist-related
event, or aircraft-related emergency.
B.
Contractor is to develop a project Emergency Action Plan. Key personnel from the may
be required to fulfill temporary assignments in emergencies, drills, exercises, etc.
C.
Various elements of the plan (i.e. response procedures, signal methods, shelters, rally
points, evacuation routes, etc.), may change as the project evolves, and updates will
be required in a timely manner to maintain emergency preparedness.
D.
Essential details of the Emergency Action Plan, such as signal methods, reporting
protocol, emergency numbers, shelters, and evacuation routes, will be prominently
posted throughout the project. This information will also be covered in the project
employee safety orientation.
FIRST AID AND MEDICAL TREATMENT
A.
B.
Employee Responsibilities: Report any injury or illness, including suspected injury
or illness, immediately to their supervisor. If their supervisor is not readily
available, and the situation dictates, they can summon emergency assistance
by:
1
Calling 911
2
Having a nearby person call 911 for them
3
Using 2-way radio to request assistance
4
Sounding emergency signal air horn
If an employee discovers someone else who appears to be injured or ill, they should
summon emergency assistance immediately using one of the above methods reporting
their location and any additional information, which may be useful. Do not attempt to
move an injured person unless they are in imminent danger of further danger such as
fire, falling debris, etc. If you are not currently certified in first aid, CPR, and bloodborne
pathogens do not attempt to treat an injured or ill person. Always be certain that
emergency response has been started and then stay with the person, if there is no
7
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
threat to your safety. Keep them as calm as possible. If possible while awaiting arrival
of emergency response; find out the injured’s name, company, and what happened.
9.5
C.
When you are being attended to by emergency response personnel, be sure to tell
them the details of what happened as well as relevant medical information such as
medical conditions, medications, etc.
D.
Supervisor Responsibilities. Notify the Construction Manager and your company’s
on-site safety representative of the incident.
E.
Try to determine what happened. If there were witnesses, direct them to write down
their statements. If the situation is serious, direct that the scene be preserved for the
investigation.
EMERGENCY PHONE NUMBERS AND CONTACT LIST
A.
9.6
EVACUATION PROCEDURES
A.
9.7
9.8
10.0
A contact list for all contractors will be developed for notification of emergencies.
Contractor shall maintain records that contain emergency contact persons and phone
numbers for each employee working on the project. Phone/pager numbers are also
needed in the event employees need to be contacted when they are not currently
working, in order to communicate work schedule changes and related information that
may result from an emergency.
Procedures for evacuations will be established for the project. Project personnel must
be aware of these procedures at all times. Rally points and shelters will be established
for each sector of the project. Essential information, such as evacuation routes, rally
points, shelters, and signals will be posted throughout the project.
ROLL CALL
A.
In the event of a significant emergency event or evacuation, a roll call will be required
to account for all project personnel. This roll call is to be performed at the rally point by
each supervisor and account for each employee. Any persons not accounted for and
their last known location is to be reported immediately.
B.
In order to perform an accurate headcount, each contractor must maintain an up-todate employee list for those currently working on the project. Each contractor is also
responsible for his or her visitors, vendors, and delivery personnel, etc.
NEWS MEDIA
A.
All media requests will be coordinated through IAA.
B.
Defer requests for information from media, public, and agency representatives to.
Exceptions to this would include responding to lawful requests from an emergency
incident commander, security, police, IOSHA or IDEM compliance officer, Indianapolis
Airport Authority, etc.
INCIDENT PREVENTION
A.
All contractors have the responsibility to correct hazardous conditions and practices.
When more than one contractor is working within a given area, any contractor Foreman
shall have the authority to take action to prevent physical harm or significant property
damage. If it is determined there is imminent danger, the contractor shall:
1
Take immediate action to remove worker from the hazard and stabilize or stop work
until corrective actions can be implemented to eliminate the hazard.
8
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
B.
10.1
10.2
2
Immediately notify the Contractor Safety Representative and Construction Manager
of the condition.
3
Identify and implement corrective action to eliminate the hazard. When the
contractor cannot correct the unsafe condition, the Contractor Foreman shall make
the contractor’s Project Manager and/or Contractor Safety Representative aware
of the situation in order to correct.
4
Contractor employees shall immediately report any condition suspected to be
unsafe or unhealthy to their job Foreman, or Safety Representative.
Before commencing work, contractors shall follow these rules:
1
Contractors of all tiers must have submitted their safety program, and incident
statistics. Contractors are responsible for ensuring that their subcontractors have
submitted this information.
2
All contractors shall ensure all employees shall have personal protective equipment
and other safety items required by the project safety program and all laws,
standards, regulations, and orders. The contractor shall not receive additional
payment or reimbursement for these items.
3
Contractor shall meet with Construction Manager to discuss and review the
contractor’s site-specific safety plan. This plan must be site-specific and address
the hazards based on the contractor’s scope of work.
4
Contractor must have submitted a resume indicating the qualifications and work
experience of their proposed Safety Representative and received a review from the
Construction Manager. On-site work cannot be performed until the Contractor’s
Safety Representative, (CSR) is assigned full-time on-site.
INCIDENT/ACCIDENT PROCEDURES
A.
Contractors are responsible for immediate verbal reporting all incidents. Every
emergency is an incident; however, not all incidents will constitute an emergency. The
requirements described in this procedure are in addition to following the appropriate
Emergency Response Plan as necessary.
B.
The definition of an incident is any unplanned event, which results in personal injury or
damage to property, equipment, or environment, or has the potential to result in such
consequences. Any incident that impacts airport operations or has the potential for
same requires an incident report. An incident report is required for all injuries,
regardless of severity and any incident resulting in property damage over $500.00.
INCIDENT NOTIFICATION AND INVESTIGATION
A.
In the event of an incident/accident on the project, the following actions are to be
initiated after the appropriate Emergency Response plan is activated.
1
Verbally notify Construction Manager of the occurrence. Take reasonable
measures to control additional loss. Cordon off serious incident scenes to preserve
evidence for investigation. Identify s involved and possible witnesses and have
them complete their statements as soon as possible.
2
Contractor Safety Representative will submit written Incident Notification (see
Forms in appendix) with attached Employee and Witness Statements to the CM
within 8 hours of the incident.
3
If the incident resulted in injury, the contractor will submit to CM a copy of the First
Report of Injury and the Supervisor’s Report of Accident with the Incident Report.
9
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
4
A thorough investigation of the incident is to begin as soon as possible by the
Contractor and Contractor Safety Representative. The Incident Investigation
Report (see Forms in appendix) is to be submitted within 24 hours of the incident.
5
A formal Incident Review meeting will always be required for OSHA recordable
incidents.
a
10.3
NOTE: The investigation is to be a joint effort between the Contractor,
Contractor’s Safety Representative and CM and is to involve individuals
who are familiar with aspects of the incident or practices involved,
contractor supervision, witnesses, and victim(s). The goal of the
investigation is to determine all causal factors and implement corrective
actions to prevent a recurrence. This investigation and report do not
preclude similar investigations and reports required by governmental
regulations, but may be handled concurrently with them.
INCIDENT REVIEW PROCESS
A.
B.
An incident review is conducted when a serious incident (OSHA Recordable Incident,
other incidents or near miss events has occurred. The incident review meeting should
be scheduled within 7 days of the incident date to allow for fresh recollection of event
details. Persons who are to attend the incident review meeting are:
1
Injured/ill employee(s) or employee(s) directly involved in near miss (if applicable)
2
Witnesses to the incident
3
Supervisor of the employees involved in the incident
4
Superintendent and Contractor Safety Representative
5
Construction Manager
6
Others if appropriate
The review meeting agenda is as follows:
1
Introductions
2
Define the Purpose for the Meeting
3
Review of the Incident, causal factors, root cause
4
Verification of corrective action implementation
5
Determine which portion of Safety Process failed and remedy
6
Proper Incident Reporting and Emergency Response procedures followed
7
Action Items including follow-up verification of effectiveness of corrective action
8
Summarize the Meeting
C.
Within one business day after the review meeting, the Contractor Safety
Representative will submit a Final Incident Report which will include information from
the review meeting.
D.
One of the most important parts of the Incident Review process is to verify completion
of corrective actions. Most of the corrective actions will be the responsibility of the
contractor and will include safety meetings with employees, training, safety program
review/update, disciplinary action, etc.
10
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
11.0
DISCIPLINARY ACTION
A.
Violations of the Project Safety Program or federal, state and local laws will result in
disciplinary action to the employee and/or Contractor in violation. Disciplinary action
for minor violations will follow progressive steps: documented verbal warning, written
warning, suspension from project for up to one week, and removal from the project.
Disciplinary action for flagrant violations will vary according to circumstances and
severity of the violation.
B.
INDIVIDUALS (CONTRACTOR EMPLOYEES)
1
Two types of violations will require initiation of the disciplinary program: Flagrant or
Minor
a
b
Flagrant Violations "Flagrant" violations may have potentially severe
consequences, or place individual(s) in imminent danger. Examples of
violations, which are considered “flagrant”, include:

Smoking in areas not designated as acceptable.

Possession, use, or under influence of alcohol, illegal drugs

Possession of firearms, or contraband

Harassment (sexual, ethnic, racial, gender, religion, disability)

Assault and battery, serious intimidation

Tampering with emergency equipment.

Airport Security Violations
Examples of additional safety violations, which could be considered
flagrant and may lead to removal from the project include but are not
limited to:

Working without appropriate, valid permits (i.e. hot work, confined
space, etc.)

Violating conditions of permit-controlled work

Working without proper fall protection, placing a person in imminent
danger

Entering excavations or trenches without appropriate sloping,
shoring, or other protective measures, placing a person in imminent
danger

Entering areas designated and marked as “Do Not Enter”, placing a
person in imminent danger, or creating a potentially adverse impact
to aviation safety.

Operating equipment (e.g., cranes, motor vehicles, mechanical
mobile lifts, etc.) without valid licensing or training certification.

Not reporting work-related injuries and/or damage to equipment or
property.

Not reporting near-miss incidents.

Failure to correct recognized safety hazards.

Repeated or multiple minor safety violations.
11
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
c
C.
12.0
Lack of proper personal protective equipment

Other acts which indicate a contractor employee’s disregard toward
his/her safety, the safety of others, or neglect of proper care of
company equipment
Minor Violations “Minor" violations are infractions of safety practices
but with a lesser degree of intent and resulting danger. Minor violations
include infractions that are not classified as “flagrant”, as defined above.
2
Situations where craftspersons are injured and circumstances surrounding the
injury indicate an associated safety violation will automatically result in a written
sanction.
3
The above stated safety violation criteria will serve as the basis for disciplinary
actions. Stricter provisions may be invoked as applicable to the circumstances.
CONTRACT FIRM
1
D.

Three safety violations involving one contractor ("flagrant" and/or" minor") will result
in written communication (Project Safety Notification). The Contractor is required
to respond in writing stating the countermeasures that will be taken to correct the
violations. If the safety violations reported to the contract firm’s site management
are not corrected, the contract firm’s home office will be notified in writing (Company
Warning Notification). The contract firm’s home office and site management will be
required to meet on-site with Construction Management to discuss the contractor's
corrective actions. Corrective actions may include removal of the individual(s)
and/or company management/supervision, in violation of the safety policies and
procedures, company probation, suspension, or barring.
If the Construction Manager or Contractor is aware of any noncompliance with safety
requirements, or is advised of such noncompliance, the following may occur:
1
The Contractor will remove any employee or piece of equipment deemed to be
unsafe form the project.
2
Any employee removed from the project cannot be hired to work for any other
contractor on the project for minimum of one year from the date of removal.
SAFE WORK PLAN OVERVIEW
A.
A Safe Work Plan (see Safety Work Plan Form in Appendix) will be completed by
contractor field supervision for each crew and scope of work combination. The Safe
Work Plan will list tasks assigned to the crew, associated hazards, hazard controls and
safe work procedures that are to be followed. The Safe Work Plan is to be
communicated to and signed off by the crewmembers prior to the start of the work. A
copy of the Safe Work Plan must be displayed in the work area and a copy is to be
forwarded to the CM. The same Safe Work Plan may be used for a maximum of one
week, as long as there are no changes in the crewmembers, tasks, hazards, or
controls.
B.
The Safe Work Plan is the one of the most important tools in achieving job site safety.
Field supervision plans the tasks necessary for a scope of work, the related hazards of
these tasks, and lists the control measures and resources needed to complete the work
safely. This information is communicated to the crewmembers assigned to the tasks
and craftspersons sign the form acknowledging they understand what is to be done
and how to accomplish the job safely.
12
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
13.0
SECURITY REQUIREMENTSA.
14.0
The Indianapolis International Airport requires strict compliance with all Federal
Aviation Administration (FAA) regulations including Part 107 that prohibits unauthorized
entry into the AOA. All construction activities will be limited to the areas identified and
authorized in the construction plans. Any deviation from this regulation will result in
immediate sanctions to the contractor by the FAA or Indianapolis International Airport.
1
Security Badges/ Identification:
A badging procedure for construction
craftspersons may be implemented to identify authorization of employees to
be on-site as well as to control access to the project. Personnel are required
to wear the badges in a visible location at all times while on the project.
2
Project Access: There may be vehicular and personnel gates at the project
site. Badges or gate passes must be shown to security personnel prior to
being allowed entry to the site.
3
Visitors: Visitors are required to sign in and must be escorted by authorized
project personnel. All required personal protective equipment must be
donned prior to entering the construction-site.
4
Project Deliveries: All project deliveries must report to the vehicular security
checkpoint and sign in. A representative of the contractor responsible for
the delivery must escort the delivery to the relevant storage or staging area
for material.
5
Vehicle Requirements: Site security will have a list of all companies who are
authorized to drive company vehicles into the site construction area. The
name of the company and vehicle pass must be conspicuously posted on the
vehicle at all times. Keys must be left in the ignition to facilitate moving the
vehicle in an emergency. Vehicles producing excessive oil smoke may not
be permitted to enter if it may create a visibility issue. Vehicles permitted to
access the project must have safety-related functions in good working order
(i.e. brakes, steering, horn, lights, window glass, wipers, defroster, tires, seat
belts, etc.)
6
Gates and Fences: Fences may be installed in all work areas to limit access
by unauthorized personnel. The fence must be highly visible and adequately
restrict access to areas of the project when necessary.
SUBSTANCE ABUSE PROGRAM
A.
Consistent with the owner’s desire to provide a safe and healthful workplace, the intent
of the substance abuse policy is to maintain a drug and alcohol free project. The
Indianapolis Airport recognizes valid cards from IUCRC, MICCS, IBEW, or ISPTA to
achieve this goal. Additional programs may be recognized in the future.
B.
The following are a summary of the requirements for the Indianapolis Airport substance
abuse program:
1
Unauthorized use, possession, sale, dispensing, or distribution of illegal drugs or
alcohol beverages is strictly prohibited on Indianapolis International Airport
property.
2
The legal use of over-the-counter and prescribed drugs is permitted on the
Indianapolis Airport, provided its use does not impair an employee’s ability to
perform work in a safe manner. Employees must notify their supervisor whenever
they are using prescription medication on the job site.
13
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
3
Prior to beginning work, all employees must have a valid card capable of being
verified via SafeSite.org or proof of a test taken within the previous 24 hours.
4
Employees in violation of the policy will be removed from the project immediately.
These personnel will not be readmitted to the project until the requirements of the
substance abuse policy have been successfully met.
5
Except where noted, the associated cost of the following required substance abuse
testing is the responsibility of the contractor:
a
Pre-employment testing
b
Annual substance abuse testing
c
Random substance abuse testing of 10% of project
d
Probable Cause/Reasonable Suspicion
e
Post-Incident/Accident Test (this test is required in three instances):
1
Off-site medical treatment
f
2
When a life threatening safety violation is observed
3
When an incident results in property damage
Return-to-duty testing and follow-up testing
B.
SAFE WORK REQUIREMENTS
1.0
GENERAL CONSTRUCTION SAFETY REQUIREMENTS
A.
2.0
BLOOD-BORNE PATHOGENS
A.
3.0
Note: The following information is not an attempt to reiterate IOSHA Standards; it is
intended to highlight common items and clarify project requirements that exceed
IOSHA Standards.
Only persons who are properly trained and equipped to deal with bloodborne
pathogens are permitted to clean and disinfect areas that may contain body fluids.
These situations may be anticipated if someone becomes ill or is injured.
COMPRESSED GAS CYLINDERS
A.
In addition to compliance with applicable IOSHA standards and Compressed Gas
Association (CGA) guidelines, the following project specific requirements apply to
compressed gas cylinders:
1
Cylinders (including “B” tanks of acetylene) must be stored in an upright manner
and secured with suitable wire, chain, bar or in designed carts, racks, or holders.
2
Valve protection caps shall be installed when cylinders are stored or moved and at
the end of each shift.
3
Torch carts and cylinder racks may be lifted by crane only if they are so designed.
4
Do not allow oxidizers such as oxygen to come in contact with hydrocarbon in any
form.
5
Contractors shall not take compressed gas cylinders into confined spaces except
for fire extinguishers and breathing apparatus. Care must be used in taking aerosol
products into confined spaces as these containers usually contain flammable
propellants and may also present toxicity hazards. Disposable cigarette lighters
containing butane or similar gas are prohibited in all construction zones.
14
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
4.0
5.0
CRANES
A.
All cranes shall be equipped with a functioning anti-two block device, Load Moment
Indicator (LMI), and wind speed indicators.
B.
Annual crane inspection documentation shall be provided when arriving on-site.
Cranes assembled on-site must have a documented inspection performed prior to use
by a qualified inspector. At the Owner’s discretion, contractor-owned cranes may need
to be certified by a qualified third party.
C.
Documents to be maintained in the crane cab include a daily pre-shift inspection, visible
load chart, operating manual and most recent annual inspection.
D.
Some critical lifts may require certification from a PE. Qualifying lifts include dual crane
lifts, lifts exceeding 75% of manufacturer’s capacity, and lifts of suspended work
platforms.
E.
Crane operators shall be trained and experienced on the crane(s) they will operate.
Documentation shall be available indicating relevant Operating Engineers training,
certification from CCO or reputable school.
F.
To control suspended loads and avoid being under them, tag line(s) shall be used on
every suspended load (except for shakeout).
G.
Crane operators and crew must know the weight of the loads to be lifted and the center
of gravity.
H.
Lift rated rigging and proper rigging methods are to be used at all times.
I.
Crane operators shall frequently compare computer-generated information to the load
chart to ensure correct and accurate setup.
J.
Crane operators and/or ground crew must signal when loads may pass near
employees.
K.
Crane operators are to avoid being distracted (i.e. cell phone) so they can focus on the
lift and signals for safe operations.
L.
Due to dangers of using aerial equipment such as cranes on an airport, the following
safety provisions must be made:
1
Use of aerial equipment, including cranes, shall also be in accordance with FAA
and Airport requirements.
2
Notifications. Airport operations must be notified prior to crane operations and FAA
Form 7460 must be completed and submitted. All operations must be in
accordance with FAR Part 77.
3
Reporting. Operating times and boom heights shall be communicated to Airport
Operations.
4
At night and during periods of low visibility, a red obstruction light must mark the
highest point of boom
5
Lighting, flagging, raising and lowering of booms shall be performed in accordance
with FAA regulations and airport policies and procedures.
ELECTRICAL SAFETY
A.
Where flexible power cords and extension cords are used with 115/120 Volt 15/20 Amp
single phase power circuits, the cord shall be plugged into a Ground Fault Circuit
15
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
Interrupter (GFCI) device, unless the circuit is provided with GFCI protection. GFCI
devices must be tested regularly.
6.0
B.
Only extension cords that meet NEC and IOSHA standards may be used for temporary
power. Flat cords may not be used as extension cords on this project.
C.
All extension cords and power tools must be inspected prior to use. Any defect in the
power cords of tools or to an extension cord may be repaired only by a qualified
electrician or discarded.
D.
Taped repairs to flexible power cords and extension cords are not permitted.
E.
Outdoor transformers and temporary distribution panels shall be adequately protected
from vehicular damage by location and/or barricades
F.
Electrical equipment rooms and panels must be closed and locked when not being
worked on by authorized personnel.
G.
Live electrical equipment rooms and panels that are being worked on must be guarded
by a dedicated person or barricaded and sign posted warning of hazard.
H.
Only authorized personnel are permitted to move, enter, or work on energized electrical
equipment and these authorized personnel must follow appropriate safe work
practices.
EXCAVATIONS/UNDERGROUND UTILITIES
A.
Before drilling, driving posts or rods, and before opening any excavation, private and
public utilities locates must be performed.
B.
For excavations 4 feet or greater in depth, an Excavation Permit (see Forms in
Appendix) must be completed by the Competent Person to document compliance with
29 CFR 1926 Subpart P. The permit shall be conspicuously posted in the immediate
area of the excavation. Expired permits are to be retained by the Contractor.
C.
Contractors, who create, close, enter, or work in excavations shall have a Competent
Person on-site at all times during their scope of work.
D.
Any excavation that is 5 feet or greater in depth must have acceptable cave-in
protection. Some examples of this protection include sloping, or the use of a
professionally engineered trench box or shoring system. Applicable IOSHA standards
must be followed when creating and working in excavations.
E.
Atmospheric testing must be performed for all excavation 4 feet or greater in depth and
the results of these tests must be documented on the excavation permit.
F.
For all excavations 4 feet or greater in depth there must be a stairway, straight or
extension ladder, or ramp access within 25 feet of lateral travel distance of each
employee working in the excavation.
G.
Employees entering excavations must be trained in excavation safety prior to entering
any excavation.
H.
Water accumulations must be addressed promptly.
I.
If red tape or concrete is encountered (electrical circuits) while creating an excavation,
STOP immediately and notify the Construction Manager.
J.
Excavations must be adequately guarded to prevent persons, equipment, or vehicles
from inadvertent entry.
16
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
K.
7.0
There are significant differences in definitions and requirements for excavations in the
Airport Operations Area (AOA). Explicit approval must be received from the Airport
Operator and Construction Manager before any excavation is performed in AOA.
FALL PROTECTION
A.
100% fall protection is required for all persons with 6 feet or greater fall potential. This
requirement includes steel erection, roofing activities, working from ladders, working
on scaffolds, climbing shoring tower/scaffold frames, climbing rebar mats, wall or
column forms. Positioning devices do not satisfy the project fall protection requirement
and must be used in conjunction with fall arrest system when exposed to a fall potential
of 6 feet or more.
B.
ANY fall involving Fall Protection equipment qualifies as a reportable incident. All
equipment and anchorage involved must be tagged out of service immediately
C.
Fall arrest lanyards may not be tied back to the lanyard unless specifically designed by
the manufacturer
D.
When not actively tied off, tripping/snagging hazard of excess lanyard length can be
controlled by tucking excess into harness.
E.
Fall protection is required at all times when using articulating/telescoping boom lifts.
F.
Fall arrest equipment and devices must be specifically designed for fall arrest by
manufacturer or be certified for fall arrest by registered Professional Engineer.
These devices include any component of the harness, lanyard, static lines, stanchions,
connectors, anchorage, and vertical or horizontal lifelines.
8.0
G.
Plastic-coated wire rope may not be used in any fall protection system, which utilizes
wire rope clips for attachment.
H.
Failure to properly utilize fall protection when working above 6 feet will result in
immediate implementation of disciplinary action for the employee and responsible
supervisor.
FIRE PREVENTION/PROTECTION
A.
Unintended fires must be prevented for employee safety and to avoid creating
conditions affecting airport operations.
B.
The use of common kitchen matches, liquefied petroleum gas lighters (disposable
butane lighter), or lighters not equipped with cover to avoid accidental lighting, is
prohibited in areas designated as construction zone(s).
C.
Smoking is permitted in designated areas only. Receptacles for butts shall be provided
and used.
D.
Portable heaters and weed burners shall be equipped with an approved automatic
device to shut off the flow of gas in the event of flame failure. Weed burners shall not
be used in lieu of approved temporary heaters.
E.
Hot Work Permit (see Forms in Appendix) is required to control ignition sources. Areas
not requiring a permit will be designated. A trained fire watch is required during hot
work operations and for 30 minutes following the operation. Water spray cans or hoses
may be used if appropriate; however, the Multipurpose Dry Chemical extinguisher must
be present.
17
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
9.0
F.
Fire extinguishers (minimum 10# ABC dry chemical) shall be conspicuously located,
accessible, inspected, and maintained. 20# ABC dry chemical is required for some
situations such as fuel storage area, or certain hot work operations.
G.
The area surrounding and below a hot work operation must be kept free from
combustible material such as paper, wood, cardboard, flammable liquids, etc.
Cylinders, including aerosol cans, shall be located so that sparks, hot slag, or flame will
not reach them. If this cannot be accomplished, fire resistant shields shall be provided.
H.
Welding cables and connectors shall be properly insulated, flexible, and rated for the
type of current that is to be used.
I.
No welding cables with splices or repaired areas within 10 feet of the electrode holder
shall be used
J.
Electrodes shall be removed from holders when left unattended
K.
Employees shall be protected with the proper personal protective equipment in
accordance with OSHA standards and hazard assessment when performing hot work
operations.
L.
Whenever feasible, all arc welding and cutting operations shall be shielded by
noncombustible or flameproof screens which will protect employees and other persons
working in the vicinity of the direct rays of the arc.
M.
Some areas of the Indianapolis Airport premises and construction areas may be
classified as Hazardous Area due to the presence of fuels, gases, or solvents in paints,
adhesives, etc. These areas will be clearly marked and the definition of hot work in
these Hazardous Areas would be expanded to include any spark or heat-producing
tool, device, or activity, such as internal combustion engines, electric motors and other
electric devices, impact tools. Control of static electricity is also required in these areas
and may require static dissipative shoes or straps, grounding/bonding equipment, and
other appropriate control measures.
N.
Fire blankets/shields, and weld screens shall be used as required to protect persons
and property.
O.
In the event of a fire, trained craftspersons may attempt to extinguish incipient fire only
after reporting it first.
P.
Contractors shall provide, and inspect fire extinguishers for their hot work.
Q.
Immediately replace any extinguisher that is used or found defective.
R.
Load strips for powder-actuated tools must be promptly removed from work area and
disposed of properly.
HAZARDOUS CHEMICALS/FUEL STORAGE/SPILL PREVENTION
A.
Flammable materials must be stored in approved containers and away from
heat/ignition sources (i.e. fabrication shops, hot work operations, etc.).
B.
Not more than 25 gallons of flammable liquids can be stored in an area without use of
an NFPA approved storage cabinet. No more than 60 gallons of flammable liquids may
be stored in one cabinet.
C.
Secondary containment is required for totes, and tanks of chemicals. Containment
must be 120% of the largest container within.
D.
Canopies may be used to prevent rainwater accumulation providing adequate
ventilation is maintained.
18
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
10.0
11.0
E.
Contractors utilizing storage tanks are responsible for having rainwater pumped from
containment areas by an approved waste hauler.
F.
Fuel storage tanks shall meet current NFPA 30, IDEM, and Airport Authority
requirements for design, location, grounding, venting, filling and transfer.
G.
Fuel storage tanks may not be supported on legs higher than 12 inches
H.
Outdoor storage tanks must be adequately protected from vehicular damage.
I.
Fire extinguishers must be available 25-75 feet from a flammable material storage
cabinet or tank.
J.
Required signage/labels shall be placed on all flammable materials storage cabinets,
tanks, and containers/tanks of chemicals per IOSHA. HMIS (Hazardous Material
Identification System) labels are the recommended format for Hazard Communication.
K.
Containers/tanks of water shall be marked as potable or non-potable water (any format
OK).
L.
Flammable materials and gases shall not be stored near exits or stairways.
M.
Fuel delivery operations are to be attended at all times while fuels are being transferred.
N.
Grounding and bonding must be utilized when transferring flammable liquids.
O.
Each contractor using hazardous materials shall follow spill prevention methods, and
provide and maintain appropriate spill containment equipment.
GUARDRAILS/BARRICADES
A.
Guardrails and toe boards or other appropriate barricades/hole covers shall be placed
around holes and openings in walking surfaces or walls. If a contractor should need to
temporarily remove guardrail Contractor shall replace guardrails immediately after
need for opening has ended. Fall protection must be utilized at any time employee is
exposed to fall hazard of 6 feet or greater.
B.
The use of typical plastic “Caution” and “Danger” barricade tape is prohibited on the
Indianapolis Airport as part of managing Foreign Object Debris/Damage (FOD). High
strength braided barricade tape and rope may be permitted.
C.
When temporary barricades are erected, securely attached tag or signage must
indicate date erected, hazard description, and contact firm/person for
permission/coordination if there is a need to enter.
D.
Areas where materials or tools may be dropped from overhead work must be
barricaded or have dedicated traffic control to prevent persons from entering hazard
area.
E.
All site barricades and fences may only be constructed with the approval of the
Construction Manager.
HAND TOOLS AND POWER TOOLS
A.
Hand and power tools must be inspected prior to use. If any deficiencies are observed,
equipment should be repaired, tagged “Out of Service” or disposed of accordingly.
B.
Only qualified persons are authorized to make repairs to hand and power tools.
C.
Taped repairs to flexible power cords are not allowed.
D.
Tools shall be used and maintained as intended and designed by manufacturer.
E.
All guards must be in place when using grinders.
19
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
12.0
13.0
F.
Grinding wheels must be replaced per manufacturer’s instructions including material
and RPM rating.
G.
ANSI approved safety glasses and a face shield is required when grinding.
HEAVY EQUIPMENT
A.
Equipment such as backhoes, excavators, front-end loaders, forklifts, dump trucks and
cranes shall only be operated by trained and qualified personnel.
B.
Heavy equipment must be provided with functional mirrors, horns, back-up alarms, fire
extinguishers, service brake system, emergency brake, parking brake, and
manufacturer’s operation/safety manual. Appropriate spill kit must be available in area.
C.
When moving equipment (rubber-tired and crawler cranes, forklifts, cement trucks,
etc.), with limited or obstructed view, or near electrical equipment, excavations, or other
equipment, then spotters are necessary to ensure safe operations.
D.
Cranes shall boom down as far as possible at the end of the shift.
E.
When wind speeds exceed 30 MPH or the manufacturer’s specs (whichever is lower),
cranes shall not perform lifts and are to boom down until wind subsides
F.
Equipment shall be inspected prior to use and recent daily inspection documentation
shall be maintained in cab or weatherproof box.
G.
Contractors are responsible to ensure Rollover Protection System and seat belts are
provided and used, when required by IOSHA.
H.
Equipment may not be altered or used except as designed by the manufacturer.
I.
All loads being moved while suspended from mobile equipment shall have load secured
to prevent swinging.
J.
Cranes and other aerial equipment shall be lowered to stowed height when not in use
or as otherwise directed. The highest point of each piece of equipment shall be visibly
marked. At night and during periods of low visibility, a red obstruction light must mark
the highest point of the crane. Crews must be prepared to remove equipment promptly
if so directed.
K.
Lighting, flagging, raising and lowering of crane booms and other aerial equipment shall
be done in accordance with FAA rules and airport policy/procedures.
HOUSEKEEPING
A.
Housekeeping will be a priority for all phases of the Indianapolis Airport. Construction
materials and debris cannot be allowed to blow around the site and potentially enter
the AOA. These materials can have very destructive consequences for aircraft and
can be unsafe for workers on the construction-site as well. Contractors must be aware
of the dangers caused by Foreign Object Debris (FOD) and aggressively manage their
housekeeping programs to eliminate the possibilities of any construction materials or
debris from incurring the AOA.
1
Special attention is required to eliminate the potential for Foreign Object
Debris/Damage (FOD), or contributing to visibility issues that impact airport
operations.
2
All contractors must continuously address conditions that may attract wildlife to the
project site and surrounding area because this can affect the safety of airport
operations. Food waste and ponding of water are two attractants that will need to
be controlled.
20
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
14.0
15.0
3
Walking and working surfaces shall be kept free of excess debris at all times.
4
Any item that could create a slip or trip hazard must be removed immediately.
5
Materials that are stacked shall be secured to prevent them from falling, rolling, and
creating trip hazards or becoming airborne in high winds.
6
Extension cords, leads, hoses, etc. shall be routed out of walkways and traffic ways;
alternatively, protect the equipment and traffic by means of ramp, trough, tree, etc.
LADDERS
A.
All ladders must be designed for heavy-duty industrial use (minimum 1A) and be in
good working condition.
B.
Metal frame ladders are prohibited.
C.
Job made ladders must be constructed per ANSI standard.
D.
Each ladder shall be permanently marked with owner identification.
E.
Each ladder shall be visually inspected prior to each use; defective ladders must be
immediately tagged out of service and removed.
F.
When ascending or descending a ladder, the user shall face the ladder and use both
hands, maintaining 3 points of contact at all times. A rope or bucket shall be used for
hoisting when attempting to carry tools and materials would interfere with maintaining
the required 3 points of contact.
G.
Stepladders and extension ladders shall only be used by one person at a time.
H.
A stepladder shall never be used as a straight ladder. Stepladders must be fully
extended open and the top step and the top shall not be used. Platform ladders may
be used as designed.
I.
All straight and extension ladders shall extend 3 feet over the supporting object (when
used for access to an upper level), be secured from movement at the top, be equipped
with non-skid feet, and be placed at an angle so the base is one-fourth the length of
the working height. Some situations may dictate that the ladder also be secured from
movement at the bottom. Having additional employee to steady ladder may be used
for temporary situations or until ladder can be properly secured.
J.
Employees working from a ladder with 6 feet or more of fall exposure must use personal
fall protection.
LIFTING SAFETY
A.
To prevent painful, disabling back injuries, follow these rules whenever manually lifting
significant weight.
1
Plan for the lifting task. If at all possible, start lift height between knees and elbows.
2
Keep load close to body.
3
Bend knees and keep back straight, lifting with leg muscles.
4
Lift smoothly; don’t jerk (“jerking” effectively multiplies the weight by adding kinetic
energy).
5
If you must turn while lifting, turn with your feet – don’t twist your torso.
6
Ask for help or use material handling equipment whenever possible.
21
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
16.0
17.0
18.0
19.0
LIGHTING
A.
Temporary lighting, visible outside of enclosures, must meet IAA/FAA and Construction
Manager approval prior to use due to potential of impacting airport operations.
B.
Temporary lighting shall be suspended and used per manufacturer instructions.
LIQUEFIED PETROLEUM GAS (LPG)
A.
LPG may not be stored inside any building. Only those cylinders in use shall be allowed
in a building
B.
LPG cylinders/tanks may be left on LPG powered equipment overnight and on
weekends provided the valves are closed.
C.
Portable heaters and weed burners shall be equipped with an approved automatic
device to shut off the flow of gas in the event of flame failure.
D.
Weed burners shall not be used in lieu of temporary heaters.
E.
Containers shall be placed upright/vertical on firm foundations, or otherwise firmly
secured.
F.
Use and location of bulk LPG containers must have written authorization from
Construction Manager.
LOCKOUT/TAG-OUT
A.
Before beginning work on a system or piece of equipment, all primary and residual
energy sources (electrical, mechanical, thermal, pneumatic, chemical, hydraulic,
gravity, etc.) must be purged, dissipated, and locked out.
B.
Contractors that need to perform control of hazardous energy in the scope of their work
must work through the CM to ensure coordination where the work could involve or affect
multiple contractors and/or airport operations.
C.
Companies must train their employees on all OSHA lockout/tag-out requirements and
have written documentation to verify this training.
MAN LIFTS/SCISSORS LIFTS
A.
Aerial lifts are to be operated only by personnel who have been trained and qualified
on the model that they will be operating.
B.
Personal fall protection shall be worn at all times and connected to the approved
attachment point while working in an articulating or telescoping boom lift.
C.
Hi-jacks and manlifts shall not be used without the safety closure in place across the
entrance. Hi-jacks shall not be used without the outriggers fully extended
D.
IOSHA required operating and safety manual, and inspection documentation must be
located in the weatherproof box on the equipment.
E.
Equipment shall be inspected prior to use.
F.
Hi-jacks, articulating and telescoping boom lifts, scissors lifts, mast climbers, spyders,
and similar equipment shall not be operated when wind speeds exceed the
manufacturer’s operating instructions
G.
Aerial man lifts shall not be used to lift suspended materials.
22
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
20.0
21.0
MATERIALS STORAGE AND HANDLING
A.
Tools or materials may not be dropped or thrown from one level to another. A rope,
other hoisting device, or enclosed chute, must be used to transport these materials.
B.
Employees must be trained per OSHA requirement in the operations of forklifts and
powered pallet trucks.
C.
All construction materials must be stored in designated areas.
D.
Materials must be stored in a manner that prevents sliding, falling, rolling, or collapse
of the material.
E.
Materials must not be stored or staged in manner which blocks path of egress.
F.
All materials must be adequately secured to eliminate the possibility of being blown
away by the wind or air turbulence generated by aircraft.
G.
Material storage, even within the job site perimeter, must not be configured in a manner,
which will interfere with airport operations such as blocking line-of-sight from control
tower to runways, taxiways, etc.
H.
Tag lines should be of different size, color, or material in order to distinguish from
vertical lifelines. Knots, loops, etc. shall be removed from tag lines to avoid snagging.
I.
Tag lines are required to control all suspended loads (except shakeout) and must be
long enough so that personnel can avoid being under suspended loads
PERMITS AND TAGS
A.
The following permits and tags (see Forms in Appendix) are required for the
Indianapolis Airport:
1
Confined Space Entry Permit. A permit-required confined space is defined as an
area that has a limited or restricted means of entry or exit, is large enough for a
person to enter, is not intended for continuous human occupancy, and has a
potentially hazardous atmosphere or other serious hazard. The permit documents
the persons involved including the competent person, hazard identification, control
measures, rescue plan, air monitoring, etc.
2
Excavation Permit. All excavations 4 feet or greater in depth will require a permit
to be filled out by the contractor’s competent person and approved by the CM. The
permit will document the persons involved, including the competent person, air
monitoring (when required) and means of cave-in and other protection, and
access/egress.
3
Critical Lift Permit. Permit for critical lifts (i.e. over 75% of manufacturer’s
capacity, dual cranes, suspended work platforms)
4
Hot Work Permit. Hot Work permit must be issued by the CSR before conducting
any spark producing or open flame activity. Areas not requiring a Hot Work permit
will be designated. Contractors shall provide fire extinguisher for all fire hazard
activities.
23
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
5
22.0
Scaffold Tag. Scaffolds that have working surfaces 6 feet or greater, shall be
tagged to indicate their state of readiness for use. Scaffold tags must be of durable
construction and be securely attached to eliminate detachment and FOD potential.
a
Red –Do Not Use
b
Yellow –Use with specific instructions (i.e. 100% tie off)
c
Green –Ready for Use
PERSONAL PROTECTIVE EQUIPMENT (PPE)
A.
Companies shall furnish customary PPE and ensure their employees use PPE per
OSHA requirements and hazard assessments. All PPE shall meet applicable
ANSI/NIOSH standards
B.
Companies shall train their employees on PPE use
C.
Delivery truck drivers, concrete truck drivers, etc. must wear appropriate PPE if they
need to get out of their truck.
1
D.
E.
NOTE: Offensive language or graphics are strictly prohibited on all PPE, clothing,
tool boxes, etc.
Clothing
1
Full length pants to the ankle with no low rise or excessive bagging, sagging, or
holes are required; pants should not be of excessive length or have flared bottoms.
Pant cuffs and sweat pants are not permitted for craftspersons
2
Shirts shall be worn at all times, have a minimum of a 4” sleeve, extend to the belt.
Net shirts, tank tops, halter-tops are not permitted.
3
Where entanglement hazards exist, loose clothing, dangling necklaces, bracelets,
earrings, long hair, etc. must be addressed. ID lanyards may be worn around the
neck if provided with safety breakaway feature.
Eye/Face Protection
1
All persons working in construction zones of this project must wear eye protection
meeting current ANSI standard.
2
Employees who wear prescription glasses must wear glasses meeting ANSI Z87.1
standard along with hard polycarbonate side shields, or wear compatible oversized
safety glasses or goggles over their “street” glasses.
3
Break areas, offices, or vehicles with enclosed cabs are exempt from this
requirement.
4
Eye protection shall be worn when welding hoods are raised up.
5
At no time will these eye protection requirements replace safety goggles, face
shields or other more stringent eye protection required by IOSHA regulations.
Workers must wear a face shield over safety glasses or safety goggles conforming
to current ANSI Z87.1 specifications when performing overhead activities or any
activity with an exposure to flying debris or chemicals (i.e. remove/install ceiling
panels, drilling above shoulder height, grinding, impact chisels, powder-actuated
tools, friction cut-off saws, line breaking, and masonry saws).
6
Tinted lenses (with the exception of welding and cutting operations) shall not be
worn inside of buildings or in periods of limited visibility or darkness.
24
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
F.
G.
H.
7
Welding hoods used on the project must be designed to be worn with a required
hard hat.
8
Face shields shall be attached to headgear designed to be worn using a hard hat.
Foot Protection
1
Contractors shall wear sturdy work boots or shoes, made of leather or leather-like
materials that are suitable for the type of work being performed. Athletic style
footwear, such as tennis/running shoes, open-toe or high-heeled shoes are not
permitted.
2
All footwear shall be in reasonably good condition, including tread on soles, in order
to serve the intended functions of slip-resistance, and foot protection.
3
Steel or composite safety toe work boots meeting requirements of ANSI Z41.1 are
recommended for all contractors working on the Indianapolis Airport.
Hand/Arm Protection
1
Operations that present a hazard to employee’s hands shall require the use of
gloves.
2
The use of barrier creams designed for specific chemical hazard protection for
exposed skin is allowed. Example: SBS-44 for exposure to alkaline solutions such
as concrete mixtures.
3
Only gloves, which protect the employee from the specific hazard identified, shall
be used. Some tasks may also require the use of protective sleeves, such as hot
work in warm weather, or cut-resistant gloves and sleeves where lacerations are a
hazard.
4
Specific operations that will require the use of gloves include, but are not limited to
the following:
a
Demolition
b
Installation or removal of insulation
c
Material handling
d
Sheet metal work
e
Hot Work activities
f
Working in or around chemicals
Head Protection
1
Hard hats meeting ANSI Z89.1 standards shall always be worn when in any
construction zone. Exception: Operating a vehicle or equipment from within an
enclosed cab with adequate impact protection.
2
Some construction areas may have designated non-hard hat areas, i.e. while eating
in lunch area.
3
Hard hats meeting ANSI Z89.2 shall be worn when employees are exposed to high
voltage electrical shock and burns.
4
Hard hats shall be used according to manufacturer’s instructions.
5
Welding hoods and face shield headgear must be designed to wear with a hard hat.
6
Ball caps may not be worn under hard hats in work areas.
25
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
7
I.
J.
23.0
24.0
25.0
Metal and western style hard hats are not permitted on the project site.
Hearing Protection
1
Employees’ hearing will be protected in accordance with 29 CFR 1926.52
2
When hearing protection is required, attenuating type equipment may be necessary
so that the user maintains the ability to communicate and has awareness of
surroundings, back up alarms, signals, etc.
Respiratory Protection
1
Respiratory protection shall be worn as the hazard dictates and as required by
OSHA standards.
2
Material Safety Data Sheets (MSDS) will often identify the correct respiratory
protection for the chemical exposure hazards.
3
Contractors who will be using respiratory protection shall be properly trained,
medically qualified, be fitted for the respiratory equipment that will be used, per their
company’s IOSHA-compliant respiratory protection program.
4
Facial hair is not permitted in the sealing area of respiratory protection devices.
5
Their company’s written respiratory protection program and training, medical
approval, and fit test documentation readily available for review.
POWDER-ACTUATED TOOLS
A.
Must be used in compliance with IOSHA and manufacturer requirements by trained
and qualified personnel only. Documentation of training is required. (Suppliers usually
provide training at no charge.)
B.
Requires issuance of a Hot Work permit.
C.
Used load strips (which frequently contain unfired shot) must be promptly removed from
work area and properly disposed of.
RADIOS AND OTHER ELECTRONIC COMMUNICATION DEVICES
A.
Electrical equipment including two-way radios, pagers, mobile phones, etc. is allowed
on-site if approval is received from Airport Operator.
B.
Electrical equipment shall be intrinsically safe if used in classified hazardous areas
C.
The use of personal entertainment audio equipment (radios, CD players, etc.) is
prohibited in construction zones.
SCAFFOLDING
A.
Scaffolding shall be erected, moved, altered, dismantled, maintained, and inspected
only under the supervision and direction of a competent person qualified in these
activities and in compliance with IOSHA and project specific requirements.
B.
100% fall protection is required when erecting and dismantling scaffold over six (6) feet
in height.
C.
Engineering design criteria for any fabricated scaffold components shall be submitted
for review and approval by CM, prior to use.
D.
All planking shall be scaffold grade and must not be cracked, painted, or chipped in
any way. Laminated planking shall not be used or stored in manner which permits
being soaked and thus weakened.
26
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
26.0
27.0
28.0
29.0
E.
Employees may not ride or “scoot” manually propelled scaffolds.
F.
Only ladders or other approved means shall be used to access scaffolds. Cross braces
do not satisfy guardrail requirements for work levels.
G.
Scaffolds, which have working surfaces 6 feet or greater, shall have tags designating
their use and status of erection. These tags must be securely attached so as not to
become airborne objects.
SPILL CONTROL/ENVIRONMENTAL PROTECTION
A.
No chemicals of any kind shall intentionally or unintentionally be permitted to enter any
waterway (ditch, sewer, stream, trench, etc.) or spill onto the ground.
B.
Each contract firm is responsible to maintain appropriate spill prevention and mitigation
equipment.
C.
Chemicals are to be stored in areas away from drains and sewers.
D.
To prevent spills from totes, and tanks, adequately sized secondary containment shall
be used (120% of largest container).
E.
Rainwater shall not be allowed to accumulate in secondary containment and thus
negate the intended purpose of the containment.
F.
Rainwater must be removed and disposed of by a licensed waste service.
TEMPORARY BUILDING
A.
Temporary buildings shall be kept clean and neat.
B.
Proper entry and exit stairs must be provided for temporary buildings
C.
Fire extinguishers shall be present in all temporary buildings.
D.
All temporary buildings, such as office trailers, shall be suitably anchored to the ground.
TOOLBOX TALKS/SAFETY TRAINING
A.
Contract firms are responsible for training employees in accordance with IOSHA
standards.
B.
The training shall be documented and available upon request by IOSHA. All training
documentation must include the date, location, topic, trainer name and signature,
attendee name and signature, training content including handouts, or audio/visuals
titles, if used.
C.
At a minimum, each contractor must have an individual on-site that has completed the
OSHA 10 hour training course in construction standards within the last 12 months, prior
to beginning work on the Indianapolis Airport.
D.
Contractors are responsible for conducting weekly toolbox safety sessions with all site
personnel. These talks shall be documented and available for review by Safety
Management Group. Site or project specific requirements may apply regarding
conducting toolbox talks on Monday before work begins.
VEHICLE USAGE (EXCLUDING AIRPORT OPERATIONS AREAS)
A.
Vehicles shall only be operated by qualified persons. When license is required by
regulation, valid operator license shall be on their person, appropriate for the vehicle
type. Vehicles are to be operated with due regard to safety, pedestrians, and following
posted signage. Seat belts are to be used in equipped vehicles.
27
INDIANAPOLIS AIRPORT
SAFETY PROGRAM
30.0
B.
All persons, in any vehicle, shall ride in the manufacturer provided seats only. No
persons may ride in the back of pickups, or in the back of carts, etc. where no seat is
provided. This provision would not apply to vehicles designed for operation in a
standing position, such as certain types of forklifts, or pallet jacks.
C.
Vehicle windows must be adequately cleared of snow, ice, fog, dirt to ensure safe
operation. Broken windows must be replaced promptly. Operational legends must be
legible.
D.
Do not block access to emergency equipment, i.e. extinguishers, fire hydrants,
eyewash station, and exits.
E.
Keys of vehicles in construction zone must be left in the ignition for moving in
emergencies.
F.
If operating a vehicle when an emergency is signaled, immediately pull to the side of
the roadway clear of intersections, turn ignition off, leave key in ignition, and get out of
the vehicle and walk.
WASTE DISPOSAL
A.
General refuse such as empty containers, trash, packaging, paper, cardboard, and
construction debris shall be disposed of in dedicated dumpsters and roll-off boxes.
B.
Any hazardous chemicals or wastes shall not be placed in the general refuse
dumpsters. Hazardous waste must be disposed of according to local, state, and federal
laws.
FORMS FOLLOW
28
EXHIBIT AA
INDIANAPOLIS AIRPORT CONFINED SPACE ENTRY PERMIT
SECTION 1 -- ENTRY REQUEST
IF ALL SECTIONS OF THIS PERMIT ARE SATISFACTORILY COMPLETED, IDENTIFIED CONFINED SPACE MAY BE ENTERED ON
DATE/TIMES INDICATED BY THE NAMED AUTHORIZED PERSONS FOR STATED PURPOSES.
CONFINED SPACE (Name/ID/Location):_______________________________________________________________
PURPOSE FOR ENTRY:____________________________________________________________________________
DATE:__________ FROM:__________ TO:___________(one shift max) ENTRY COMPLETED AT:______________
AUTHORIZED ENTRANTS:__________________________________________________________________________
SECTION 2 – PREPARATION OF CONFINED SPACE
HAZARDS OF SPACE TO BE ENTERED:______________________________________________________________
Yes No
___ ___ HAS CONFINED SPACE BEEN ADEQUATELY VENTED? Circle Ventilation Method – Mechanical / Natural
___ ___ CONFINED SPACE TEMPERATURE APPEARS TO BE 40-100 DEG F?
___ ___ ALL APPROPRIATE PRIMARY AND SECONDARY ENERGY SOURCES ARE LOCKED OUT PROPERLY?
___ ___ ATMOSPHERE HAS BEEN TESTED FOR OXYGEN CONTENT AND IS BETWEEN 19.5-23.5%?
___ ___ ATMOSPHERE HAS BEEN TESTED FOR FLAMMABLES AND IS <10% LEL?
___ ___ ATMOSPHERE HAS BEEN TESTED FOR APPLICABLE TOXICS AND IS BELOW PEL?
___ ___ HOT WORK IS NOT INVOLVED OR VALID HOT WORK PERMIT IS ATTACHED? (Circle one)
AIR MONITORING RESULTS
Time Recorded
% Oxygen
% LEL
CO ppm
H2S ppm
Other
AIR MONITORING INSTRUMENT USED & SERIAL NUMBER: ________________________________________
SIGNATURE OF EMPLOYEE WITNESSING INITIAL AIR TEST: _______________________________________
COPY OF THIS PERMIT MUST BE POSTED AT ENTRY POINT UNTIL ENTRY COMPLETED
SECTION 3 -- TOOLS, EQUIPMENT, LIGHTING
CONSIDERATION MUST BE GIVEN TO HAZARDS ASSOCIATED WITH ENTRY
YES NO INSP
ELECTRICAL EQUIPMENT, TOOLS, LIGHTING (GFCI/INTRINSICALLY SAFE?)
HOT WORK EQUIPMENT?
CHEMICALS, CLEANING AGENTS?
OTHER?
SECTION 4 -- PERSONAL PROTECTIVE EQUIPMENT
YES NO INSP
HARNESS OR WRISTLETS
RETRIEVAL DEVICE:
FALL PROTECTION
CHEMICAL PROTECTIVE CLOTHING
PERSONAL AIR MONITORING
RESPIRATORY PROTECTION TYPE:
PERSONAL ALERT DEVICE (PASS)
FLASHLIGHTS (INTRINSICALLY SAFE?)
LADDER DESIGNED FOR ENTRY
MECHANICAL VENTILATION EQUIPMENT
APPROVED HAND TOOLS
HARD HAT
EYE PROTECTION
APPROPRIATE HAND PROTECTION
APPROPRIATE FOOTWEAR
APPROPRIATE FIRE EXTINGUISHER
BARRIERS/SIGNS TO PROTECT PEDESTRIANS/VEHICULAR TRAFFIC
OTHER
SECTION 5 – COMMUNICATION
COMMUNICATION METHOD BETWEEN ENTRANT & ATTENDANT: __________________________________
COMMUNICATION METHOD BETWEEN ATTENDANT & RESCUE TEAM: ______________________________
EMERGENCY NUMBERS: _____________________________________________________________________
SECTION 6 – RESCUE PROCEDURES
BRIEFLY DESCRIBE RESCUE METHOD:___________________________________________________________________________________
SECTION 7 -- APPROVALS
PRE-ENTRY BRIEFING COMPLETED AT (date/time): ____________________________________________
ENTRY SUPERVISOR (signature): ___________________________________________________________
ATTENDANT (S) (signature): ________________________________________________________________
ATTENDANT MUST NEVER LEAVE CONFINED SPACE DURING ENTRY; ATTENDANT AUTHORIZED TO STOP WORK AND ORDER
ENTRANTS OUT AT FIRST SIGN OF POSSIBLE PROBLEM; ATTENDANT MUST NEVER EVER ENTER CONFINED SPACE
Forms 1
EXHIBIT AB
INDIANAPOLIS AIRPORT CRITICAL LIFT PLAN
NOTE: A LIFT PLAN SHOULD BE COMPLETED PRIOR TO MOBILIZATION OF EQUIPMENT AND RIGGING
Location:
Load Description:
Lift Description:
Date of Lift:
A. WEIGHT
1. Equipment Conditions:
2. Weight Empty:
3. Weight of Headache Ball:
4. Weight of Block:
5. Weight of Lifting Bar:
6. Weight of Slings and Shackles:
7. Weight of Jib:
[ ] Erect [ ] Stored
8. Weight of Headache Ball on Jib:
9. Load of Cable:
10. Allowance for Unaccounted
Material or Equipment
11. Other: ___________________
New [ ] Used [ ]
LBS.
LBS.
LBS.
LBS.
LBS.
LBS.
LBS.
LBS.
LBS.
LBS.
LBS.
LBS.
LBS.
Total Weight:
Source of Load Weight:
Weights Verified By:
B. JIB
Erected [ ] Stored [ ]
1. Is Jib to be used:
2. Length of Jib:
3. Angle of Jib:
4. Rated Capacity of Jib:
(From Chart)
Yes [ ]
No [ ]
FT.
DEG.
C. Crane Placement
1. Any Deviation From Smooth
Solid Foundation in the Area?
E. Sizing of Slings
1. Sling Selection
a. Type of Arrangement
b. Number of Slings @ Hookup
c. Sling Size
d. Sling Length
e. Rated Capacity of Sling
2. Shackle Selection
a. Pin Diameter (inches)
b. Capacity (tons)
c. Shackle Attached To Load By
Lifting Lugs
d. Number of Shackles
F. CRANE
1. Type of Crane
2. Crane Capacity
3. Lifting Arrangement
a. Max Distance, Center of Load
to Center Pin of Crane
b. Length of Boom
c. Angle of Boom At Pick-up
d. Angle of Boom At Set
e. Rated Capacity of Crane Under Severest
Lifting Conditions (From Chart)
1. Over Rear
2. Over Front
3. Over Side
4. From Chart--Rated Capacity of Crane
For This Lift
5. Max. Load On Crane
6. Lift is
of Crane's Capacity
TON
FT.
FT.
DEG.
DEG.
LBS.
LBS.
LBS.
LBS.
LBS.
%
2. Electrical Hazards in the Area?
G. PRE-LIFT CHECK LIST
1. Matting Acceptable?
2. Outriggers Fully Extended?
3. Crane in Good Condition?
4. Swing Room?
5. Head Room Checked?
6. Max Counterweights Used?
7. Tag Line Used?
8. Experienced Operator?
9. Experienced Flagman
10. Experienced Rigger?
11. Load Chart in Crane?
3. Obstacles or Obstructions to Lift and Swing?
4. Swing Direction and Degree (Boom Swing)
D. Cable
1. Number of Parts Cable:
YES / NO
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
[ ]
2. Size of Cable:
12. Wind Conditions: _______________________________
13. Crane Inspected By: ____________________________
14. Functional Test of Crane By: _____________________
Special Instructions or Restrictions for Crane, Rigging, Lift, etc._______________________________________________________________
Diagram Crane and Load Placement
Diagram Rigging Configuration
* Multiple Crane Lifts Require a Separate Lift Plan For Each Crane.
* Any Changes In The Configuration Of The Crane, Placement, Rigging, Lifting Scheme.
Etc., Or Changes in Any Calculations Require That A New Lift Plan Be Developed.
Date:______________
X
X
Signature of Job Supervisor
Signature - Plan Checked By:
Forms 2
Date:_____________
EXHIBIT AC
Indianapolis Airport
Daily Safety Observation Report
Date:
Report Completed by:
Construction Manager:
Weather:
Safety Observations:
Contractor
Fall Protection- FP
Housekeeping-HK
Observation
Type
Corrective Action
Personal Protective Equipment-PPE
Permitting-PM
Corrected
Y/N
Person Notified/ Time
Fall Prevention-FPR Fire Hazard-FH
Barricading-BA
Miscellaneous-MI
Forms 3
EXHIBIT AD
INDIANA WORKER’S COMPENSATION
EMPLOYER FIRST REPORT OF INJURY FORM INSTRUCTIONS
General Instructions:
1. Please enter information into all of the areas of the First Report form, except the boxes at the top right corner of the form which is
for office use only.
1. Enter all dates in MM/DD/YY format.
2. Please return completed form electronically by an approved EDI process.
4. For answers to questions, please call (317) 232-3808.
Definitions:
AGENT NAME AND CODE NUMBER: Enter the name of your insurance agent and his / her code number if known. This information can be
found on your insurance policy.
ALL EQUIPMENT, MATERIALS OR CHEMICALS EMPLOYEE WAS USING WHEN ACCIDENT OR EXPOSURE OCCURRED: List
anything the employee was using, applying, handling or operating when the injury or exposure occurred. If the injury involves a fall, indicate any
surfaces and / or objects the claimant fell on and where they fell from. Enter “NA” if no equipment, materials or chemicals were being used (e.g.
Acetylene cutting torch, metal plate, etc.).
AVG WG/WK: Claimant’s average weekly wage, calculated by totaling the latest 52 weeks of wages (including overtime, tips, etc.) and dividing
by 52.
CLAIMS ADMINISTRATOR: Enter the name of the carrier, third-party administrator, state fund, or self-insured responsible for administering the
claim.
CONTACT NAME / TELEPHONE NUMBER: Enter the name of the individual at the employer’s premises to be contacted for additional
information (i.e. Supervisor, HR Person, Nurse, etc.)
DATE DISABILITY BEGAN: The first day on which the claimant originally lost time from work due to the occupational injury or disease or as
otherwise deigned by statute.
DEPARTMENT OR LOCATION WHERE ACCIDENT OR EXPOSURE OCCURRED: If the accident or exposure did not occur on the
employer’s premises, enter address or location. Be specific (e.g. Maintenance, Client’s Office, Cafeteria, etc.).
EMPLOYEE STATUS: Indicate the employee’s work status from the following choices: Full-time, Part-time, Apprentice Full-time, Apprentice
Part-time, Volunteer, Seasonal Worker, Piece Worker, On-Strike, Disabled, Retired, Not Employed or Unknown (you may also abbreviate the above
as: (FT, PT, AFT, APT, VO, SW, PW, OS, DI, RE, NE, or UK).
HOW INJURY / ILLNESS OCCURRED: Describe the sequence of events leading to the injury or exposure (e.g. Worker stepped back to inspect
work and slipped on some scrap metal. As worker fell, he brushed against the hot metal; Worker stepped to the edge of the scaffolding, lost balance
and fell six feet to the concrete floor. The worker’s right wrist was broken in the fall).
NCCI CLASS CODE: A four-digit code classifying the occupation of the claimant.
OCCUPATION / JOB TITLE: Enter the primary occupation of the claimant at the time of the accident or exposure.
PART OF BODY AFFECTED: Indicate the part of body affected by the injury / illness (e.g. Right forearm, Low Back, etc.)
REPORT PURPOSE CODE: 00 = Original First Report of Injury; 02 = Updated or Amended First Report.
RTW DATE (Return to Work Date): Enter the date following the most recent disability period on which the employee returned to work.
SIC CODE: This is the code which represents the nature of the employer’s business which is contained in the Standard Industrial
Classification Manual published by the Federal Office of Management and Budget.
SPECIFIC ACTIVITY EMPLOYEE ENGAGED IN DURING ACCIDENT / EXPOSURE: Describe the specific activity the employee was
engaged in during the accident or exposure (e.g. Cutting metal plate for flooring, sanding ceiling woodwork in preparation for painting).
TYPE OF INJURY / ILLNESS: Briefly describe the nature of the injury or illness (e.g. Contusion, Laceration, Fracture, etc.)
WORK PROCESS THE EMPLOYEE WAS ENGAGED IN DURING ACCIDENT / EXPOSURE: Enter “NA” if employee was not engaged
in a work process, such as if walking down the hallway (e.g. Building maintenance).
Forms 4
FOR WORKER’S COMPENSATION BOARD
USE ONLY
INDIANA WORKER’S COMPENSATION
FIRST REPORT OF EMPLOYEE INJURY, ILLNESS
State Form 34401 (R10 / 1-02)
Jurisdiction
Jurisdiction
number
claim
Process date
Please return completed form electronically by an approved EDI process. PLEASE TYPE or PRINT IN INK
NOTE: Your Social Security number is being requested by this state agency in order to pursue its statutory responsibilities. Disclosure
is voluntary and you will not be penalized for refusal.
EMPLOYEE INFORMATION
Social Security number
Date of birth
Sex
Male
Occupation / Job title
Female
Name (last, first, middle)
Marital status
Unmarried
Married
Separated
Address (number and street, city, state, ZIP code)
Date hired
Hrs / Day
Wage
$ Hour
Unknown
Telephone number (include area
NCCI class code
Unknown
Number
dependents
State of hire
Days / Wk
Avg Wg / Wk
Per
Day
Week
Month
Employee status
Paid Day of Injury
Salary Continued
Year
Other
of
EMPLOYER INFORMATION
Name of employer
Address of employer (number and street, city, state, ZIP code)
Employer ID#
SIC code
Insured report number
Location number
Employer’s location address (if different)
Telephone number
Carrier / Administrator claim number
OSHA log number
Report purpose code
Actual location of accident / exposure (if not on employer’s premises)
CARRIER / CLAIMS ADMINISTRATOR INFORMATION
Name of claims administrator
Carrier federal ID number
Address of claims administrator (number and street, city, state, ZIP code)
Insurance Carrier
Third Party Admin.
Telephone number
Check if appropriate
Policy period From
Name of agent
Self Insurance
Policy / Self-insured number
To
Code number
OCCURRENCE / TREATMENT INFORMATION
Date of Inj./ Exp.
Time of occurrence
PM
Cannot be determined
Last work date
Time workday began
RTW date
Date of death
Type of injury / exposure
Type code
Date disability began
Part of body
Part code
Injury / Exposure occurred on
Yes
employer’s premises?
No
Name of contact
AM
Date employer notified
Telephone number
Department or location where accident / exposure occurred
All equipment, materials, or chemicals involved in accident
Specific activity engaged in during accident / exposure
Work process employee engaged in during accident / exposure
How injury / exposure occurred. Describe the sequence of events and include any relevant objects or substances.
Cause of injury code
Name of physician / health care provider
Hospital or offsite treatment (name and address)
Name of witness
Date prepared
Telephone number
Name of preparer
Title
Date administrator notified
Telephone number
An employer’s failure to report an occupational injury or illness may result in a $50 fine (IC 22-3-4-13).
Forms 5
INITIAL TREATMENT
No Medical Treatment
Minor: By Employer
Minor: Clinic / Hospital
Emergency Care
Hospitalized 24 Hours
Future Major Medical / Lost
Time Anticipated
EXHIBIT AE
INDIANAPOLIS AIRPORT EXCAVATION PERMIT
Location:
Contractor:
Date:
Job Description and Location:
Time:
Expiration Date: (3 working days Maximum)
Review Prior to Entering Excavation (* Permit must be completed for all excavations deeper than 5’)
Soil Classification- Type A B C Stable Rock
Soil Classification determined by:_______________________
using following method:_________________________________
Soil Classification performed on: (mm/dd/yy)__________________
Yes- Document locate info.
Underground Utilities have been Located
No- Do not begin excavating
Location Number: ____________________
Locate Date:
____________________
Inspection/Atmospheric Testing Documentation:
Date: __________________________________________
Time: __________________________________________
O2: __________________________________________
CO: __________________________________________
LEL: __________________________________________
Inspected/Tested By (signature): ______________________________
Excavation location to Buildings, Footings or Pilings or sources of
Vibration verified on prints?
Specify Means of Engulfment Protection
Sloping
Shoring:
Certified Trench Box
Date: __________________________________________
Time: __________________________________________
O2: __________________________________________
CO: __________________________________________
LEL: __________________________________________
Have weather conditions altered the slope of the excavation?
If shoring, has system been approved by a Professional Engineer?
Yes- proceed with work
No-Approval must be granted before
entering
Means of Entry/ Egress within 25 feet (specify)
Ladders
Walk Out Ramp
Other (Specify) __________
Is Excavation over 20’ in Depth?
Yes- Professional Engineer has approved excavation
No- Competent Person has Verified Excavation is Correct
PPE Required
Hard Hats
Safety Glasses
Face Shield
Rubber Boots
Hepatitis Vaccination
________________________________
Excavation Characteristics
Depth: ____________________________
Length: ____________________________
Width: ____________________________
Inspected/Tested By (signature): ______________________________
Date: __________________________________________
Time: __________________________________________
O2: __________________________________________
CO: __________________________________________
LEL: __________________________________________
Inspected/Tested By (signature): ______________________________
Tyvek® Suits
Other (Specify)
Surface Water Diversion is Required
Water Accumulations Addressed
Exposures to Vehicular and Pedestrian Traffic Addressed
If Sloping, Sketch Excavation:
Comments:
APPROVAL SIGNATURES
Competent Person: (Print Name)
Signature
Company
Operator:
Entrants: (Use back if Necessary)
CM:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
** All Items must be reviewed prior to entering the excavation. Contact Contractor Safety Representative if you have questions.
Approved permit to be posted at excavation during work. Expired permit to be retained on file
Forms 6
EXHIBIT AE-1
Excavation Permit Entrant Sign In Sheet
Print Name
Sign Name
Contractor
Date
Time
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Date:
Time:
Forms 7
EXHIBIT AF
FIRE PREVENTION AND PROTECTION INSTRUCTIONS
Obtain a HOT WORK permit for any activity using equipment capable of creating or being an ignition source. This includes operations
which use flame or spark-producing equipment such as welding, burning, grinding, brazing, soldering that are capable of igniting
flammable vapors or gases. In classified Hazardous Locations, this includes any electronic device such as pager, computers, and
telephones, motors, impact tools, and static electricity.
Prevention
 Whenever possible, move the work to a safe location, or a designated welding area.
 If it is not feasible to move the work, then move all fire hazards to a safe place.
 If the fire hazards cannot be moved, then they must be covered with fire-resistant materials.
 In areas provided with automatic fire suppression systems, these should be operational.
 Floor and wall openings, sewers, sumps, and drain openings shall be covered to contain sparks and slag. NOTE: if the above
requirements cannot be met, the hot work shall not be performed. Contact your supervisor and the CM for more information.
Fire Watch Instructions
 Fire watch shall be provided in any situation requiring a HOT WORK permit.
 Fire watch is to be supplied with a fire extinguisher (minimum 10# ABC multipurpose dry chemical) which has current inspection and
is in proper working order). Containers of water, sand, charged hoses may also be used, but ABC dry chemical must be available also.
 Fire watch may also be necessary for adjoining areas, and/or above and below the work area.
 Fire watch is trained in the use of the extinguishers and when/how to sound the alarm.
 Fire watch shall be maintained continuously during the hot work and for 30 minutes following the completion of the work (including
breaks).
Protection Instructions
 Floors are swept clean of all combustible materials within a 35’ radius.
 Combustible floors shall be kept damp or they shall be covered with wet sand or protected by fire-resistant materials.
 Ducts and/or conveyors must be shielded or shut down.
 Special precautions and Entry Permit are necessary for hot work in confined spaces.
 Hot work equipment must be in good condition. Flame arrestors are required at regulator; hoses/torch must be in good condition;
welding leads may not be have any repaired areas within 10 feet of either end; electrode must be removed from holder; regulator faces
must be enclosed; regulators and hoses must be removed and valve protection caps installed at end of each shift. Valve protection caps
must be installed before cylinders are transported.
Welding/Cutting on containers
 All used drums, barrels, or tanks must be cleaned thoroughly to eliminate flammable materials or materials or materials that could
produce flammable or toxic vapors.
 Any pipelines or connections to a drum, barrel or tank shall be disconnected or blanked.
 Equipment or containers shall be flushed and/or purged with an inert gas.
IN THE EVENT OF ANY FIRE
 Only fight incipient fires, only by trained person, only after reporting the fire, and while maintaining exit from area
 Uncontrollable fires- sound the emergency alarm and evacuate the area
 Notify Project Security
 Notify the onsite safety representative for your company and Construction Management
Forms 8
EXHIBIT AF-1
INDIANAPOLIS AIRPORT
HOT WORK PERMIT
Display in a prominent location at the work area.
Emergency Phone Number_______________
Upon completion of the job (or at end of shift), return this permit to the designated location.
Permit Number
Date_____________ Shift ______________
Building/Area______ Floor ______________
Describe location____________________________
Location of nearest alarm_____________________
Location of nearest phone_____________________
Time started _______________________________
Time completed_____________________________
Object(s) on which hot work is to be performed:
_____________________________________________________________________________
LEL% (must be <10%) ______________ or does not apply
The location where the above work is to be done has been personally examined. I have checked for compliance with the Fire Prevention and
Protection Instructions listed on the reverse side of this permit and have authorized the work to be performed.
Onsite Safety Representative ________________________________________
Sign and Print
Hot Work Supervisor _______________________________________________
Sign and Print
Hot Work Craftsperson _____________________________________________
Sign and Print
Fire Watch _______________________________________________________
Sign and Print
Forms 9
EXHIBIT AG
INDIANAPOLIS AIRPORT
INCIDENT INVESTIGATION FORM
INFORMATION ABOUT PERSON INVOLVED
FULL NAME:
POSITION:
COMPANY:
DATE OF BIRTH:
GENDER: M F
SOCIAL SECURITY #:
HOME ADDRESS:
PHONE NUMBERS: home:
work:
cell:
pager:
DATE OF HIRE:
DATE EMPLOYEE STARTED ON THIS PROJECT:
TIME IN OCCUPATION AT TIME OF INCIDENT:
TIME WITHIN SHIFT WHEN INCIDENT OCCURRED (i.e. 2nd hour):
DESCRIBE PHASE OF EMPLOYEE’S WORKDAY (i.e. performing work, during meal period, working overtime, entering or leaving site):
SUPERVISOR’S NAME:
ATTACH EMPLOYEE STATEMENT
INFORMATION ABOUT INCIDENT
INCIDENT TYPE: (Circle all that apply)
Property Damage
Fire
Near Miss
Environmental
Security
Injury
Medical
Fatality
Other_______________________
DATE/TIME OF INCIDENT:
SPECIFIC LOCATION OF INCIDENT:
DESCRIBE INCIDENT (Include everything that is known at this time about what, why, how and attach photos/sketch)
WHO REPORTED INCIDENT:
WERE THERE ANY WITNESSES: Yes No
TO WHOM:
WHEN
If Yes, attach witness statements
DESCRIBE ANY INJURY:
type of injury (i.e. cut, bruise, strain): body part(s) involved (i.e. lower left leg, right index finger, lower right back):
Forms 10
EXHIBIT AG-1
INDIANAPOLIS AIRPORT
INCIDENT INVESTIGATION
DESCRIBE IMMEDIATE RESPONSE:
FIRST AID BY:
MEDICAL TREATMENT BY:
DESCRIBE ANY PROPERTY DAMAGE:
DESCRIBE EQUIPMENT, TOOLS, OR CHEMICALS INVOLVED:
DESCRIBE CAUSAL FACTORS: (weather, environment, conditions, employee, procedures, failures, etc. that contributed to the incident. Indicate
which factor has been determined to be the root cause.)
LIST CORRECTIVE ACTIONS TO PREVENT RECURRENCE (include date completed or scheduled date of completion):
LIST OF ATTACHMENTS (photos/sketch, employee and witness statements):
LIST PERSONS WHO PARTICIPATED IN INVESTIGATION:
THIS REPORT PREPARED BY:
(print)
(signature)
DATE REPORT COMPLETED
INCIDENT REVIEW REQUIRED
:
Yes
No
DISTRIBUTION:
Forms 11
EXHIBIT AG-2
INDIANAPOLIS AIRPORT
INCIDENT INVESTIGATION
EMPLOYEE STATEMENT
:
Name:___________________________________________Telephone:___________________
Home Address:________________________________________________________________
Company:__________________________________Position/Title_______________________
Statement:____________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_________________________________________________________________________________________________________
Signature________________________________________ Date:_______________________
WITNESS STATEMENT:
Name:___________________________________________Telephone:___________________
Home Address:________________________________________________________________
Company:__________________________________Position/Title_______________________
The
following
statement
is
true
to
the
best
of
my
recollection:
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________________
___________________________________________________________________________________________________________________
Signature________________________________________ Date:_______________________
Forms 12
EXHIBIT AG-3
INDIANAPOLIS AIRPORT
INCIDENT REVIEW MEETING AGENDA
Incident Date
Incident Name:
Involved Employee:
Meeting Attendees:
IAA PM
Involved Employee
IAA PE
Employee’s Foreman
Construction Manager PM
Employee’s PM
Construction Manager Supt.
Employee’s Safety Dir.
Contractor PM
Contractor Foreman
Safety Director
A.
Introductions
B.
Define Meeting Purpose
C.
Review of Incident (by Contractor)
1.
INCIDENT INFORMATION (facts only)
2.
CONTRIBUTING FACTORS
a.
reason for action
b.
at risk behaviors, unsafe acts, safety rules violated
c.
unsafe conditions
d.
personal contributing factors
e.
other
3.
CORRECTIVE ACTIONS
D.
Proper Incident Procedures Followed?
E.
Summarize Meeting
1.
Lessons Learned
2.
Assignments, Follow-up, Timetable
Forms 13
EXHIBIT AG-4
INDIANAPOLIS AIRPORT
INCIDENT REVIEW
Date of Incident
Location of Incident
Employee/Employee Information:
A. INCIDENT DESCRIPTION
B. REVIEW OF THE INCIDENT
C. ROOT CAUSE
D. IDENTIFY CORRECTIVE ACTIONS & ASSIGNMENTS
CHECKLIST OF ACCIDENT FACTORS/TERMS
Nature of Injury
Abrasions
Foreign Body
Dermatitis
Chemical Exposure
Strain/Sprain
Electrical Shock
Fracture
Burns,
Other
Puncture
Chemical
Bruises-Contusions
Amputation
Cut
Hernia
Dislocation
Crushing
Injection Burns, Thermal
Inflammation
Body Part
Head & Neck
Scalp
Ear
Eye
Face
Neck
Skull
Mouth
Upper Extremities
Shoulder
Arms (upper)
Elbow
Forearm
Wrist
Hand
Finger & Thumb
Body
Back
Chest
Abdomen
Groin
Other
Lower Extremities
Hips
Thigh
Leg
Knee
Ankle
Feet
Toe
Type of Accident
Overexertion (resulting in strain, hernia, etc.
Slip (not a fall), Trip
Struck against (rough or sharp object or surface)
Struck by sliding, falling or other moving objects
Contact with electric current
Fall on same level or fall to different level
Caught in, on, or between
Struck by flying object
Contact with temperature extremes, burns, chemicals
Inhalation, absorption, ingestion, poisoning
Unsafe Acts/Unsafe
Conditions/Contributing Factors
Unsafe lifting/carrying
Failure to use personal protective equipment
Failure to warn or secure
Machinery in motion – adjusting, clearing jams, cleaning
Horseplay
Operating at unsafe speed
Unguarded machinery
Inadequate training for hazard
Unsafe design or construction
Hazardous arrangement
No Policy/Procedure established
Rushing/Poor housekeeping
Lack of knowledge or skill
Failure to follow instructions
Overhead Hazards
No contributing factors
Unsafe loading, placing, or mixing
Failure to use equipment provided (except PPE)
Making safety device or guard inoperative
Poor housekeeping
Operating without authority
Using defective equipment, materials, tools, or vehicles
Improperly guarded machinery
Defective tools, equipment, or substances
Inadequate warning system
Improper illumination
Improper ventilation Improper dress
Congested area Wet or slippery
Act of other than injured
Disabilities
No unsafe acts
Forms 14
EXHIBIT AH
INDIANAPOLIS AIRPORT
MONTHLY HOURS REPORT
CONTRACTOR___________________________________________
PERIOD:
From __________________ To___________________
Names of Contractor and
Subcontractors
Man Hours through
previous period
Man Hours
Total
Man
Hours To Date
Note: Please include all of your Subcontractor’s Man Hours and complete all columns. .
REPORT COMPLETED BY: (printed)
DATE OF THIS REPORT:
(signature)
Projected Total
Hours for Job
Man
EXHIBIT AI
INDIANAPOLIS AIRPORT
PROJECT SAFE WORK PLAN
Specific Location:
________________________________________
________________________________________
________________________________________
________________________________________
________________________________________
________________________________________
____________
Contractor/ Sub-Contractor(s):
Date/ Time of Issuance:
Directions: Supervision shall evaluate work areas and tasks
that will be required for the assigned activities. All information
will then be communicated to the craftsperson prior to starting
work activities. Craftspersons are required to sign off that they
have been informed of the hazards listed below and have an
understanding of all assigned activities and safety precautions
to be taken.
* Any change in work operations will require documentation of
the changes on this plan or issuance of a new plan.
Safety Hazards
Electrical Hazards
Fall Hazards
Hot Work/ Fire Hazard
Noise
Overhead Utilities
Trenches/ Excavations
Underground Utilities
Vehicular Traffic
Chemicals:
Specify:
_________________________
_________________________
______
Other:
(Specify)
_________________________
_________________________
_________________________
_________________________
__________
Permits
Safety Precautions
Confined Space Entry
Permit
Hot Work Permit
Critical Lift Plan
Excavation Permit
Other:
(Specify)
_________________________
_________________________
_________________________
_________________________
_________________________
_________________________
_________________________
_________________________
_________________________
_________________________
_________________________
_
Work Activities
List tasks for this crew’s scope of work
assignment
Hazards
PPE Required
MSDS Reviewed
Utility Line Locates
Fall Protection
Barricades/ Signs
Atmospheric Testing
Fire Extinguisher
Other:
(Specify)
___________________________
___________________________
___________________________
___________________________
___________________________
____________________
___________________________
___________________________
___________________________
_______________
Specify provisions taken for each:
Fall Protection
_________________
_________________
Eye/ Face
Respirator
_________________
Foot
Protection
_________________
Hand
Protection
_________________
Hearing
Protection
_________________
Other
(Specify):
________________________________
________________________________
_______________________
Protective Measures
Describe Hazards of Operation or Hazards
Potentially Created by Other Crafts:
Means to Protect Craftspersons (i.e.
engineering Controls, PPE, etc.).
Supervisor: ________________________________________________ Date: ___________________________

The signature of the Supervisor confirms completion of the Safe Work Plan and communication regarding the above items to all craftspersons/
Sub-Contractors on Crew.
CRAFTSPERSONS SIGNATURES
EXHIBIT AJ
INDIANAPOLIS AIRPORT
SAFETY TRAINING SIGN IN SHEET
TOPIC____________________________________
DATE/TIME_______________ COMPANY________________________________
LOCATION________________ BY (printed name and signature)____________________________________
DESCRIPTION OF CONTENT, HANDOUTS, VIDEOS, EXERCISES, ETC. USED IN TRAINING
PRINTED NAME
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
SIGNATURE
COMPANY
EXHIBIT AK
INDIANAPOLIS AIRPORT
SUSPENDED WORK PLATFORM
LIFT PLAN & CHECKLIST
THIS IS A UNIQUE SITUATION AND NO OTHER PRACTICAL MEANS OF PLACING EMPLOYEES AT
THIS WORK LOCATION IS AVAILABLE. STATE REASON FOR REQUEST TO USE SUSPENDED
WORK PLATFORM:
Supervisor’s employer: ____________________
Supervisor’s signature: ____________________Superintendent’s signature: ________________
Crane Description & Location: _____________________________________________________
CRANE REQUIREMENTS
1. Controlled load lowering on hoist drum (free fall prohibited)
2. Power load lowering on boom
3. Positive acting anti-two-blocking device
4. Boom angle indicator
5. Boom length indicator on telescoping boom
6. Load hook throat opening closed and locked
PLATFORM REQUIREMENTS
1. Designed with 5 to 1 safety factor
2. Designed to minimize tipping
3. 42” high top rail, intermediate rail, 4” toe board, toe board to intermediate rail solid or expanded metal (openings not greater
than ½”)
4. Grab rail inside entire perimeter
5. Access gate swings in (if provided)
6. Access gate restraining device (if provided)
7. Adequate headroom for employees
8. Hard hats required
9. Overhead protection if employees exposed to falling objects
10. Rough edges smoothed
11. Capacity and weight of platform on data plate
12. Dedicated rigging has 5 to 1 safety factor (if fitted) (10 to 1 for rotation resistant ropes)
13. Equal distribution of load on slings (if fitted)
14. Dedicated wire rope slings with thimbles (if fitted)
OPERATIONAL REQUIREMENTS
1. Total weight of loaded platform and related rigging does not exceed 50% of rated capacity for the radius and configuration of
the crane
2. Trial lift at 125% of platform capacity
3. Crane is uniformly level (within 1% of level grade) and on firm footing
4. Crane inspected and checked out OK
5. Platform inspected after trial lift and checked out OK
6. Employees tied off to platform or above hook
7. Communications with crane operator
8. No crane travel
9. Crane operator stays in cab
10. Documented pre-lift meeting held to review requirements/procedures of 1926.550g
Attachment B
Specifications
OPERATOR WORKSTATION
A. Workstation shall meet the following:
1. Display shall be Dell UltraSharp 24 inch diagonal color LED display, with 1920x1080 pixel
resolution, 3ms response rate.
2. Operating system shall be Windows 7 Professional, 64-bit.
3. Processor shall be minimum Intel Core i7-4790 processor 3.6GHz, 8MB Cache or better.
4. Integrated 10/100/1000Mbps (Ethernet).
5. Memory shall be 8GB DDR3, Non-ECC, 1600MHz.
6. Two (2) 2TB 7200 rpm SATA hard drives configured in a RAID 1 array.
7. 16x DVD ROM drive.
8. USB keyboard, optical mouse.
9. External speakers or speaker bar for alarm annunciation.
10. Computer case shall be mini tower type.
11. Resource DVD.
12. Three year, next business day onsite service ProSupport Plus warranty.
13. Manufacturer shall be Dell, model Precision T1700 series or equal.
SCADA SOFTWARE
A. The existing SCADA operator interface software used by the glycol treatment system is
Proficy iFix, manufactured by GE. Contractor shall supply the software listed below. No
substitutions are allowed.
1. Upgrade the existing operator interface license to the latest version of Proficy iFix Plus
SCADA Development with 900 I/O support. The existing license is for FIX MMI 300 Tag
Development.
2. Provide a license for the IGS driver capable of communicating to the Allen-Bradley
ControlLogix processors. Manufacturer shall be GE. Provide latest version.
3. Existing software serial number is: SO 075685-002, AIPNYBHF
4. Change registration of existing FIX software from United Airlines to IAA.
5. Software must be 100% compatible with IAA’s existing glycol management system.
CONTROL NETWORK SWITCH
A. Network switch shall meet the following:
1. Ten (10) total ports. Eight (8) Fast Ethernet, Two (2) Combo Ports
2. Full Firmware type.
3. Switch shall include a built-in alarm relay rated 1A @ 30VDC.
4. Switch shall be capable of being powered directly with 24VDC.
5. Switch shall include one (1) 1GB SD memory card. Part number 1784-SD1.
6. Provide two (2) 1783-SFP100FX modules.
7. Switch shall support Layer 2 management.
8. Switch shall have an EtherNet/IP (CIP) interface for direct communications to the PLC.
9. Manufacturer shall be Allen Bradley, model Stratix 5700 series, part number 1783BMS10CA.
UNINTERRUPTIBLE POWER SUPPLY (UPS)
A. UPS shall meet the following:
1. 1000VA or 500VA as called for in the RFP.
2. Voltage shall be 120VAC.
3. Shall be Line Interactive type.
PROGRAMMABLE CONTROLLERS (PLC/Remote I/O)
A. Processor - Shall have 2M bytes of user memory with one USB Port. Processor shall include
battery for memory back-up, a real time clock and flash memory for backup program storage,
Allen-Bradley, Catalog No. 1784-CF64. Processor shall be Allen-Bradley ControlLogix
Processor, Catalog No. 1756-L71.
B. Input/Output Equipment - Shall be as follows:
1. Discrete Input Module - Shall communicate with the modular controller through the
controller chassis, and have a minimum of 16 discrete 24 VDC inputs. Module shall be
Allen-Bradley Catalog No. 1756-IB16.
2. Discrete Output Module - Shall communicate with the modular controller through the
controller chassis, and have a minimum of 16 individually isolated discrete relay (hard)
outputs normally open. Module shall be Allen-Bradley Catalog No. 1756-OW16I.
3. Analog Output Module - Shall communicate with the modular controller through the
controller chassis, and have a minimum of six 4 to 20 mA outputs. Module shall be AllenBradley Catalog No. 1756-OF6CI.
4. Analog Input Module - Shall communicate with the modular controller through the
controller chassis, and have eight 4 to 20 mA inputs. Module shall be Allen-Bradley
Catalog No. 1756-IF8I.
5. Provide Ethernet communications modules for the PLC system as required to provide a
complete and operational control system. Ethernet module shall be Allen-Bradley,
Catalog No. 1756-ENBT for remote I/O racks and 1756-EN2T for the PLC rack.
6. Provide a chassis for the PLC system as required to provide a complete and operational
control system. Chassis shall be Allen-Bradley, Catalog No. 1756-A7 or 1756-A10 as
required.
B. Power Supply - Shall provide power for the modular controller system. Line voltage shall be
115 VAC and have a current capacity of 13A @ 5V dc and 2.8A @ 24V dc. Power supply
shall be Allen-Bradley, Catalog No. 1756-PA72.
FIBER OPTIC AND APPURTENANCES:
A. Wires and Cables
1. Multimode graded index, tight-buffered, optical glass fiber cores cable:
a. Compatible with LED-based transmission systems and suitable for fiber optic
Ethernet LAN standards including the point-to-point Fiber Optic Inter-Repeater
Link (FOIRL) networks and ANSI standard Fiber Distributed Data Interface
(FDDI) networks.
b. Do not use cable with plastic fiber core construction.
c. The number of cables and the number of fibers in each cable shall be as
specified herein and as shown on the Drawings.
d. Splitter kits: The cable shall be provided with the necessary number of splitter
kits to accommodate the number of terminations shown for each interconnection
box on the Drawings. Splitter kits shall be suitable units manufactured by the
cable manufacturer.
e. Cable shall be assembled with inner strength members, polyester core separator
tape, Aramid yarn or similar strength members.
f. Jackets: Inner PVC jacket with rip cord, and a polyethylene outer jacket with rip
cord. Provide a cable outer jacket that is UV inhibited, fungus resistant and flame
retardant.
g. Attenuation losses: Shall be .4 dB/km or less at a wavelength of 1300 nm.
h. Bandwidth: Minimum bandwidth shall be 160 MHz-Km at 850 nm and 500 MHz
at 1300 nm.
i. Provide cable unaffected by continuous or intermittent submergence in water,
damage from lightning strikes. Shall be resistant to fuel, petro-chemicals and
other caustic or noxious materials.
j. Cable shall be suitable for indoor and outdoor use conduit installation.
k. Provide continuous inter-and intra building installation, closet to closet, suitable
for passing through inside conduit locations directly from outside conduit.
l. Cable shall be UL listed as type OFN per NEC 770-51 and NEC 770-53.m. Cable
specifications are as follows:
1) Fiber Size: 62.5 micron/125 micron (core/cladding).
2) The fiber optic cable shall contain a minimum of twelve (12) conductors.
All conductors shall be terminated with connectors and have a dedicated
bulkhead fitting in the fiber patch panel.
3) Cable shall be installed per the manufacturer’s requirements.
4) Crush Resistance: 500 pounds per inch.
5) Maximum Tensile Load: 600 pounds (installation).
6) Maximum Tensile Load: 135 pounds (in-service).
7) The cable shall be installed per the manufacturer requirements.
8) For the installation and in-service operation of the fiber optic cable, the
Minimum Bend Radius shall be equal to or greater than the
manufacturer’s recommendation.
9) Operating Temperature: -40 to +80 degrees C.
m. All In-ground cable will have a continuous tracer wire from start to end. All
fiber cables will have a 1” by 2” stamped stainless steel tags and plastic tags
on the cable, at the entrance and exit of every hand hole, man hole, and junction
box. The tags will contain the following information: the beginning fiber panel
and room number, the end fiber panel and room number, project id, and date
installed. All fiber will be terminated to a bulkhead in an approved patch panel.
B. Terminal Connectors:
1. All connectors shall meet the requirements of the IAA Technical and Wiring Standards
2. Furnish connectors and components and use specific tools and methods as
recommended by the connector manufacturer to form a complete connector system.
3. Provide fiber optic LC duplex connectors; single mode versions. Polymer body with a
precision irconia ceramic ferrule with metal hardware.
a. Connector Specifications:
1) Insertion Loss: 0.15/0.30 dB (typical/maximum).
2) Durability Delta: 0.1 dB (1000 matings).
3) Operating Temperature: -40 to +80 degrees C.
4) Cable Retention: 40 pounds.
5) The connector shall be Corning Cable Systems model 95-131-44-Brxy or
equal.
C. Fiber Optic Breakout or Termination Boxes
1.
All boxes shall meet the requirements of the IAA Technical and Wiring Standards.
2. Fiber optic breakout or termination boxes shall be installed beside each PLC panel
that has fiber connections.
3. All termination enclosures shall meet the requirements of the IAA Technical and Wiring
Standards
4. Unless noted otherwise on drawings, all enclosures shall be Corning Cable Systems,
ICH-06P-IND with single mode LC connector panels to accommodate all fibers,
CCHCP06-A9, or equal.
D. Fiber Optic Patch Panel
1. All patch panels shall meet the requirements of the IAA Technical and Wiring
Standards.
2. The Fiber Optic Patch Panel shall be a 19-inch rack mounted unit with flush mounted
adapter kit, designed for field connectivity.
3. Removable hinged front and rear doors with front and rear slide latches.
4. Provided with strain-relief hardware for fiber cable and pull-out label for administrative
documentation.
5. The unit is to include the appropriate number of fiber panels or modules to
accommodate all fibers that have been pulled. The panels are to include 6 LC Duplex
Single Mode Adapters with Zirconia Ceramic sleeves.
6. The unit shall be a Panduit Opticom model no. FMD1 or FMD2 as required, or equal.
7. Fiber adapter panels shall be Panduit Opticom model no. FAP6WBUDLCZ, or equal.
E. Fiber Optic Patch Panel Cables
1. The fiber optic patch panel cables shall be used fiber optic patch panel interconnects
and used to connect the fiber transceivers to the patch panels as shown on the
drawings.
2. The fiber optic patch panel cables shall be single mode 62.5um, with LC (or as
required) ceramic connectors to provide an operational system. Bandwidth shall be
500 MHZ at 1300 nm and have an insertion loss of .03 dB typical and 0.5 dB
maximum. Lengths shall be supplied as required.
3. Contractor shall supply one spare cable of every 10 (or part thereof) of all patch panel
cable lengths provided.
4. Cables shall be Black Box EFN4030-00XM type, or equal.
MANUFACTURERS
A. Fiber Optic Cable:
1. Berk-Tek.
B. Terminal Connectors:
1. Corning Cable Systems.
2. Or Equal
C. Fiber Optic Breakout or Terminator Boxes
1. Corning Cable Systems
2. Or Equal
D. Fiber Optic Patch Panel
1. Panduit
2. Or Equal.
E. Fiber Optic Patch Cables
1. Black Box
2. Or Equal
INSTALLATION
A. Install cable, connectors, and media converters as indicated on the Drawings and as
specified in this section.
B. Install cables in the indicated raceway systems. Inspect raceways prior to pulling cables.
Rod and swab out conduits and ducts prior to installing cables.
C. Perform and submit pull tension calculations based on fiber, lubricant and conduit runs as
provided. Submit to Engineer for approval prior to purchasing and installing any fiber optic
cable. Pull tensions shall be within fiber manufacturer’s specifications and
recommendations.
D. Pull cables using an indirect attachment method such as a "Kellems Grip" or equal which
distributes the pulling forces over the outer portion of the cable. Pulls directly on the fiber
core will not be allowed.
E. Do not exceed maximum pulling strength limits as recommended by manufacturer of the
cable during installation. Monitor cable pull tensions at all times during the installation of
the cable using a remote sensing puller, strain gauge or running line tensiometer.
F. To reduce cable friction and minimize pulling forces during installation, use a polymer
based, water soluble lubricant when pulling cable.
G. Do not exceed the minimum bend radius of the cable. Tight loops, kinks, knots or tight
bends will not be allowed during installation.
H. For conduit installation, the minimum bending radius shall be 8 inches. Use sweeping
elbows at all transitions from horizontal to vertical conduit runs.
I.
Do not make splices in cable. Provide adequate run lengths on cable reels to make
terminate onto-termination runs without splices.
J. Provide handholes and pull boxes as required by the cable manufacturer.
K. Within manholes, route and support fiber optic cable along the inside wall and protect
using PVC conduit.
L. Identification meeting the requirement of IAA standards, shall be provided for each cable
at each junction box, pull box, manhole and handhole.
M. Terminate all used and spare fibers with specified connectors.
FIELD QUALITY CONTROL
A. The Contractor shall supply all necessary test equipment and qualified personnel to
perform tests described by this specification.
B. Test fiber optic cables before and after field installation.
1. Tests shall be witnessed by the Engineer. The Engineer shall be notified at least 24
hours in advance of testing.
2. After connectors have been attached at both ends, test each fiber with an OTDR.
Tests shall be bi-directional.
3. Test all fibers including spares. Test shall include, but not be limited to the
following:
a. Check candle power transmitted through each fiber in the fiber optic
cable. If the light transmitted through the cable does not meet the
requirements of the installed equipment, then check all connectors on the
fiber cable for proper installation. Replace all bad connections.
Replacement shall be done at Contractor's expense.
b. If a section of the fiber optic cable is not transmitting light to the
requirements of the installed equipment, then replace that section of the
cable between terminations. Replacement shall be done at Contractor's
expense.
4. The test shall be signed by the tester and initialed by the Engineer.
C. Furnish certification documents for each test to the Engineer within 10 days of testing.
Include printouts from the OTDR with the certification documents. Record the following data:
1. Installer's company name and address.
2. Installer's name.
3. Date of certification.
4. Attenuation of each fiber link.
5. Length of each fiber optic link measured.
6. Equipment used to certify the fiber optic link.
7. Name of person(s) recording the test data.
D. The maximum total loss including connectors and cable attenuation for each fiber optic link
shall not exceed 7.5 dB.
E. Cable Energizing: No cable shall be energized until the master copy of its test record is
approved by the Engineer.
ETHERNET COMMUNICATION CABLE
A. Shall be Category 6, 23AWG, 4 pair, plenum rated, 500 MHz unshielded twisted pair for
RJ-45 connectors. Cable shall be manufactured by Alpha, or equal.
B. Lengths shall be as required to eliminate the need for splices.
C. All connectors required for a complete system shall be provided and installed.
D. All spare cables shall have connectors installed and tested.
E. Cable shall be rated at 1000 Mbps communication rate or higher.
SYSTEM CHECK-OUT AND STARTUP
A. CONTRACTOR, under the supervision of the instrumentation and control system supplier,
and other instrument suppliers as applicable, shall perform the following:
1. Check and approve the installation of any new or replaced instrumentation and
control components and all cable and wiring connections between the various
system components prior to placing the various processes and equipment into
operation.
2. All communications networks shall also be checked. All problems encountered shall
be promptly corrected to prevent any delays in startup of the various unit processes.
3. Conduct a complete system checkout of all system programming of PLCs supplied
under this contract. Checkout shall include verification of all graphics displays
device symbol animations, alarms, trends, respective to each I/O point, verification
of all setpoints or any other operator entered data, and verification of all associated
PLC logic.
B. CONTRACTOR shall provide all test equipment necessary to perform the testing during
system checkout and startup.
C. CONTRACTOR shall perform system check-out at the same time IAA is checking out
SCADA system graphics. This may mean that I/O will have to be rechecked multiple times to
correct issues with the graphics.
D. CONTRACTOR shall furnish to OWNER two copies of an installation inspection report
certifying that all I/O has been connected correctly and is operating properly. The report shall
be signed by an authorized representative of the CONTRACTOR.
Attachment C
Existing CP-201 Drawings
Attachment D
Existing CP-202 Drawings
Attachment E
Existing CP-203 Drawings
Attachment F
Existing DAF1 Schematic
Attachment G
Existing PLC Program
RSLogix 5 Project Report
UAL_NEW2.RSP
LAD 2 - AIAO --- Total Rungs in File = 34
N11:0
BT12:0
0
EN
0000
BT12:0
DN
BT12:1
BTR
Block Transfer Read
Module Type Generic Block Transfer
Rack
000
Group
0
Module
0
Control Block
BT12:1
Data File
N11:0
Length
12
Continuous
No
Setup Screen
<
0001
EN
N11:12
BT12:2
0
EN
0002
BT12:2
DN
BT12:3
0003
EN
BT12:4
0004
EN
BT12:5
0005
EN
Page 1
BTW
Block Transfer Write
Module Type Generic Block Transfer
Rack
000
Group
0
Module
0
Control Block
BT12:0
Data File
N10:0
Length
19
Continuous
No
Setup Screen
<
BTW
Block Transfer Write
Module Type Generic Block Transfer
Rack
000
Group
1
Module
0
Control Block
BT12:2
Data File
N10:19
Length
19
Continuous
No
Setup Screen
<
BTR
Block Transfer Read
Module Type Generic Block Transfer
Rack
000
Group
1
Module
0
Control Block
BT12:3
Data File
N11:12
Length
12
Continuous
No
Setup Screen
<
BTW
Block Transfer Write
Module Type Generic Block Transfer
Rack
000
Group
2
Module
0
Control Block
BT12:4
Data File
N10:38
Length
13
Continuous
No
Setup Screen
<
BTR
Block Transfer Read
Module Type Generic Block Transfer
Rack
000
Group
2
Module
0
Control Block
BT12:5
Data File
N11:24
Length
5
Continuous
No
Setup Screen
<
EN
DN
ER
EN
DN
ER
EN
DN
ER
EN
DN
ER
EN
DN
ER
EN
DN
ER
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 2 - AIAO --- Total Rungs in File = 34
BT12:6
BTW
Block Transfer Write
Module Type Generic Block Transfer
Rack
000
Group
3
Module
0
Control Block
BT12:6
Data File
N10:51
Length
13
Continuous
No
Setup Screen
<
0006
EN
BT12:7
BTR
Block Transfer Read
Module Type Generic Block Transfer
Rack
000
Group
3
Module
0
Control Block
BT12:7
Data File
N11:36
Length
5
Continuous
No
Setup Screen
<
0007
EN
N21:0
BT22:0
0
EN
0008
BT22:0
DN
BT22:1
BTR
Block Transfer Read
Module Type Generic Block Transfer
Rack
002
Group
0
Module
0
Control Block
BT22:1
Data File
N21:0
Length
12
Continuous
No
Setup Screen
<
0009
EN
N21:12
BT22:2
0
EN
0010
BT22:2
DN
BT22:3
0011
EN
Page 2
BTW
Block Transfer Write
Module Type Generic Block Transfer
Rack
002
Group
0
Module
0
Control Block
BT22:0
Data File
N20:0
Length
19
Continuous
No
Setup Screen
<
BTW
Block Transfer Write
Module Type Generic Block Transfer
Rack
002
Group
1
Module
0
Control Block
BT22:2
Data File
N20:19
Length
19
Continuous
No
Setup Screen
<
BTR
Block Transfer Read
Module Type Generic Block Transfer
Rack
002
Group
1
Module
0
Control Block
BT22:3
Data File
N21:12
Length
12
Continuous
No
Setup Screen
<
EN
DN
ER
EN
DN
ER
EN
DN
ER
EN
DN
ER
EN
DN
ER
EN
DN
ER
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 2 - AIAO --- Total Rungs in File = 34
BT22:4
BTW
Block Transfer Write
Module Type Generic Block Transfer
Rack
002
Group
2
Module
0
Control Block
BT22:4
Data File
N20:38
Length
13
Continuous
No
Setup Screen
<
0012
EN
BT22:5
BTR
Block Transfer Read
Module Type Generic Block Transfer
Rack
002
Group
2
Module
0
Control Block
BT22:5
Data File
N21:24
Length
5
Continuous
No
Setup Screen
<
0013
EN
BT22:6
BTW
Block Transfer Write
Module Type Generic Block Transfer
Rack
002
Group
3
Module
0
Control Block
BT22:6
Data File
N20:51
Length
13
Continuous
No
Setup Screen
<
0014
EN
BT22:7
BTR
Block Transfer Read
Module Type Generic Block Transfer
Rack
002
Group
3
Module
0
Control Block
BT22:7
Data File
N21:36
Length
5
Continuous
No
Setup Screen
<
0015
EN
N31:12
BT32:2
0
EN
0016
BT32:2
DN
BT32:3
0017
EN
0018
0019
Page 3
BTW
Block Transfer Write
Module Type Generic Block Transfer
Rack
004
Group
1
Module
0
Control Block
BT32:2
Data File
N30:19
Length
19
Continuous
No
Setup Screen
<
BTR
Block Transfer Read
Module Type Generic Block Transfer
Rack
004
Group
1
Module
0
Control Block
BT32:3
Data File
N31:12
Length
12
Continuous
No
Setup Screen
<
EN
DN
ER
EN
DN
ER
EN
DN
ER
EN
DN
ER
EN
DN
ER
EN
DN
ER
JSR
Jump To Subroutine
Prog File Number
U:3
JSR
Jump To Subroutine
Prog File Number
U:4
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 2 - AIAO --- Total Rungs in File = 34
0020
0021
0022
0023
0024
0025
0026
0027
0028
0029
0030
0031
0032
0033
Page 4
JSR
Jump To Subroutine
Prog File Number
U:5
JSR
Jump To Subroutine
Prog File Number
U:6
JSR
Jump To Subroutine
Prog File Number
U:7
JSR
Jump To Subroutine
Prog File Number
U:8
JSR
Jump To Subroutine
Prog File Number
U:9
JSR
Jump To Subroutine
Prog File Number
U:10
JSR
Jump To Subroutine
Prog File Number
U:11
JSR
Jump To Subroutine
Prog File Number
U:12
JSR
Jump To Subroutine
Prog File Number
U:13
JSR
Jump To Subroutine
Prog File Number
U:14
JSR
Jump To Subroutine
Prog File Number
U:15
JSR
Jump To Subroutine
Prog File Number
U:16
Processor
arithmetic
underflow/
overflow
flag
S:0
U
1
END
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 3 - FV1_2_3 --- Total Rungs in File = 12
0000
SBR
Subroutine
N200:3
0
CPT
Compute
Dest
0001
Expression
CPT
Compute
Dest
Expression
F8:3
0.0<
N11:9 | 1000.0
N10:41
0<
F8:3 * 100.0
N9:7
T14:38
Valve 1 Open
O:030
6
DN
5
N9:7
T14:38
Valve 1 Close
O:030
7
DN
6
0002
Valve 1 Open
O:030
5
0003
Valve 1 Close
O:030
6
Valve 1 Open
O:030
TON
Timer On Delay
Timer
T14:38
Time Base
1.0
Preset
45<
Accum
10<
0004
5
Valve 1 Close
O:030
EN
DN
6
T14:38
N18:47
DN
0
N9:7
T14:39
Valve 2 Open
O:030
8
DN
7
N9:7
T14:39
Valve 2 Close
O:030
9
DN
0005
Valve 2 Open
O:030
7
0006
10
Valve 2 Close
O:030
10
Valve 2 Open
O:030
0007
7
Valve 2 Close
O:030
TON
Timer On Delay
Timer
T14:39
Time Base
1.0
Preset
45<
Accum
10<
EN
DN
10
Page 1
T14:39
N18:48
DN
0
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 3 - FV1_2_3 --- Total Rungs in File = 12
N9:7
T14:40
10
DN
Valve 3 Open
O:030
0008
11
Valve 3 Open
O:030
11
N9:7
T14:40
11
DN
Valve 3 Close
O:030
0009
12
Valve 3 Close
O:030
12
Valve 3 Open
O:030
0010
11
Valve 3 Close
O:030
TON
Timer On Delay
Timer
T14:40
Time Base
1.0
Preset
45<
Accum
11<
EN
DN
12
0011
Page 2
T14:40
N18:49
DN
0
END
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 4 - TANK1 --- Total Rungs in File = 22
CPT
Compute
Dest
0000
Expression
CPT
Compute
Dest
Expression
Tank 1 Recirc Pump
Running
I:042
T4:310.PRE
1800<
N40:10 * 60
T4:311.PRE
1800<
N40:9 * 60
TON
Timer On Delay
Timer
T4:310
Time Base
1.0
Preset
1800<
Accum
1800<
0001
10
Tank 1 Recirc Pump
Running
I:042
EN
DN
TON
Timer On Delay
Timer
T4:311
Time Base
1.0
Preset
1800<
Accum
0<
0002
10
EN
DN
T4:311
N24:31
DN
0
T4:310
N24:31
DN
1
0003
0004
N9:10
N24:31
N23:31
0
1
0
N9:10
N9:3
0
13
0005
CP-204 PLC Mode
I:042
N9:10
N24:31
B13:0
N23:31
Tank 1 Recirc Pump
Start
O:045
7
0
0
0
0
7
N9:10
N9:3
0
12
0006
Tank 1 Recirc Pump
Start
O:045
7
Tank 1 Recirc Pump
Start
O:045
Tank 1 Recirc Pump
Running
I:042
0007
7
Tank 1 Recirc Pump
Start
O:045
7
Page 1
10
Tank 1 Recirc Pump
Running
I:042
10
TON
Timer On Delay
Timer
T14:23
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T14:23
N18:31
DN
0
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 4 - TANK1 --- Total Rungs in File = 22
0008
0009
CMP
Comparison
Expression
TON
Timer On Delay
Timer
T4:320
Time Base
1.0
Preset
10<
Accum
0<
N31:19 > N34:0
CMP
Comparison
Expression
DN
T4:320
N24:32
DN
0
TON
Timer On Delay
Timer
T4:321
Time Base
1.0
Preset
10<
Accum
10<
N31:19 < N34:1
EN
EN
DN
T4:321
N24:32
DN
1
N9:10
N24:32
N23:32
0
1
0
N9:10
N9:3
0
15
0010
CP-204 PLC Mode
I:042
N9:10
N24:32
N23:32
7
0
0
0
N9:10
N9:3
0
14
Start Tank 1 Top
Skimmer
O:045
0011
10
Start Tank 1 Top
Skimmer
O:045
10
Start Tank 1 Top
Skimmer
O:045
Tank 1 Top Skimmer
Running
I:042
0012
10
11
Start Tank 1 Top
Skimmer
O:045
Tank 1 Top Skimmer
Running
I:042
10
0013
0014
Page 2
CMP
Comparison
Expression
CMP
Comparison
Expression
11
N31:19 > N34:2
N31:19 < N34:3
TON
Timer On Delay
Timer
T14:31
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:31
N18:32
DN
0
TON
Timer On Delay
Timer
T4:330
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T4:330
N24:33
DN
0
TON
Timer On Delay
Timer
T4:331
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T4:331
N24:33
DN
1
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 4 - TANK1 --- Total Rungs in File = 22
N9:10
N24:33
N23:33
0
1
0
N9:10
N9:4
0
1
0015
CP-204 PLC Mode
I:042
N9:10
N24:33
N23:33
7
0
0
0
N9:10
N9:4
0
0
Start Tank 1 Bottom
Skimmer
O:045
0016
11
Start Tank 1 Bottom
Skimmer
O:045
11
Start Tank 1 Bottom
Skimmer
O:045
Tank 1 Bottom
Skimmer Running
I:042
TON
Timer On Delay
Timer
T14:32
Time Base
1.0
Preset
30<
Accum
0<
0017
11
Start Tank 1 Bottom
Skimmer
O:045
12
Tank 1 Bottom
Skimmer Running
I:042
11
12
EN
DN
T14:32
N18:33
DN
0
N9:6
T14:37
N18:37
Valve 7 Open Command
O:010
0
DN
0
7
0018
Valve 7 Open Command
O:010
7
N9:6
T14:37
N18:37
Valve 7 Close
Command
O:010
1
DN
0
6
0019
Valve 7 Close
Command
O:010
6
Valve 7 Open Command
O:010
0020
7
Valve 7 Close
Command
O:010
6
0021
Page 3
TON
Timer On Delay
Timer
T14:37
Time Base
1.0
Preset
40<
Accum
9<
EN
DN
T14:37
N18:37
DN
0
END
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 5 - TANK3 --- Total Rungs in File = 19
CPT
Compute
Dest
0000
Expression
CPT
Compute
Dest
Expression
Tank 3 Recirc Pump
Running
I:042
T4:340.PRE
3600<
N40:12 * 60
T4:341.PRE
0<
N40:11 * 60
TON
Timer On Delay
Timer
T4:340
Time Base
1.0
Preset
3600<
Accum
3600<
0001
14
EN
DN
T4:340
N24:34
DN
1
0002
Tank 3 Recirc Pump
Running
I:042
TON
Timer On Delay
Timer
T4:341
Time Base
1.0
Preset
0<
Accum
0<
0003
14
EN
DN
T4:341
N24:34
DN
0
0004
N9:10
N24:34
N23:34
1
1
0
N9:10
N9:4
1
3
0005
CP-205 PLC Mode
I:042
N9:10
N24:34
B13:0
N23:34
1
0
2
0
N9:10
N9:4
1
2
Tank 3 Recirc Pump
Start
O:045
0006
13
12
Tank 3 Recirc Pump
Start
O:045
12
Tank 3 Recirc Pump
Start
O:045
Tank 3 Recirc Pump
Running
I:042
0007
12
Tank 3 Recirc Pump
Start
O:045
12
Page 1
14
Tank 3 Recirc Pump
Running
I:042
14
TON
Timer On Delay
Timer
T14:24
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T14:24
N18:34
DN
0
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 5 - TANK3 --- Total Rungs in File = 19
0008
0009
CMP
Comparison
Expression
TON
Timer On Delay
Timer
T4:350
Time Base
1.0
Preset
10<
Accum
0<
N31:20 > N34:4
CMP
Comparison
Expression
DN
T4:350
N24:35
DN
0
TON
Timer On Delay
Timer
T4:351
Time Base
1.0
Preset
10<
Accum
10<
N31:20 < N34:5
EN
EN
DN
T4:351
N24:35
DN
1
N9:10
N24:35
N23:35
1
1
0
N9:10
N9:4
1
5
0010
CP-205 PLC Mode
I:042
N9:10
N24:35
N23:35
1
0
0
N9:10
N9:4
1
4
Start Tank 3 Top
Skimmer
O:045
0011
13
13
Start Tank 3 Top
Skimmer
O:045
13
Start Tank 3 Top
Skimmer
O:045
Tank 3 Top Skimmer
Running
I:042
0012
13
15
Start Tank 3 Top
Skimmer
O:045
Tank 3 Top Skimmer
Running
I:042
13
0013
0014
Page 2
CMP
Comparison
Expression
CMP
Comparison
Expression
15
N31:20 > N34:6
N31:20 < N34:7
TON
Timer On Delay
Timer
T14:48
Time Base
1.0
Preset
30<
Accum
0<
EN
DN
T14:48
N18:35
DN
0
TON
Timer On Delay
Timer
T4:360
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T4:360
N24:36
DN
0
TON
Timer On Delay
Timer
T4:361
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T4:361
N24:36
DN
1
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 5 - TANK3 --- Total Rungs in File = 19
N9:10
N24:36
N23:36
1
1
0
N9:10
N9:4
1
7
0015
CP-205 PLC Mode
I:042
N9:10
N24:36
N23:36
1
0
0
N9:10
N9:4
1
6
Start Tank 3 Bottom
Skimmer
O:045
0016
13
14
Start Tank 3 Bottom
Skimmer
O:045
14
Start Tank 3 Bottom
Skimmer
O:045
Tank 3 Bottom
Skimmer Running
I:042
0017
14
Start Tank 3 Bottom
Skimmer
O:045
14
0018
Page 3
16
Tank 3 Bottom
Skimmer Running
I:042
16
TON
Timer On Delay
Timer
T14:49
Time Base
1.0
Preset
30<
Accum
30<
EN
DN
T14:49
N18:36
DN
0
END
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 6 - TANK6 --- Total Rungs in File = 31
CPT
Compute
Dest
0000
Expression
CPT
Compute
Dest
Expression
Tank 6 Recirc Pump
Running
I:042
T4:270.PRE
3600<
N40:14 * 60
T4:271.PRE
0<
N40:13 * 60
TON
Timer On Delay
Timer
T4:270
Time Base
1.0
Preset
3600<
Accum
0<
0001
1
Tank 6 Recirc Pump
Running
I:042
EN
DN
TON
Timer On Delay
Timer
T4:271
Time Base
1.0
Preset
0<
Accum
0<
0002
1
EN
DN
T4:271
N24:27
DN
0
T4:270
N24:27
DN
1
0003
0004
N9:10
N24:27
N23:27
2
1
0
N9:10
N9:3
2
5
0005
HS203 AUTO
I:042
N9:10
N24:27
B13:0
N23:27
Tank 6 Recirc Pump
Start
O:045
0
2
0
4
0
1
N9:10
N9:3
2
4
0006
Tank 6 Recirc Pump
Start
O:045
1
Tank 6 Recirc Pump
Start
O:045
Tank 6 Recirc Pump
Running
I:042
1
1
Tank 6 Recirc Pump
Start
O:045
Tank 6 Recirc Pump
Running
I:042
1
1
0007
Page 1
TON
Timer On Delay
Timer
T14:25
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:25
N18:27
DN
0
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 6 - TANK6 --- Total Rungs in File = 31
0008
0009
CMP
Comparison
Expression
CMP
Comparison
Expression
TON
Timer On Delay
Timer
T4:290
Time Base
1.0
Preset
10<
Accum
0<
N31:18 > N34:8
DN
T4:290
N24:29
DN
0
TON
Timer On Delay
Timer
T4:291
Time Base
1.0
Preset
10<
Accum
10<
N31:18 < N34:9
EN
EN
DN
T4:291
N24:29
DN
1
N9:10
N24:29
N23:29
2
1
0
N9:10
N9:3
2
9
0010
HS203 AUTO
I:042
N9:10
N24:29
N23:29
Start Tank 6 Top
Skimmer
O:045
0
2
0
0
5
N9:10
N9:3
2
8
0011
Start Tank 6 Top
Skimmer
O:045
5
Start Tank 6 Top
Skimmer
O:045
Tank 6 Top Skimmer
Running
I:042
5
5
Start Tank 6 Top
Skimmer
O:045
Tank 6 Top Skimmer
Running
I:042
5
5
0012
0013
0014
Page 2
CMP
Comparison
Expression
CMP
Comparison
Expression
N31:18 > N34:10
N31:18 < N34:11
TON
Timer On Delay
Timer
T14:35
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:35
N18:29
DN
0
TON
Timer On Delay
Timer
T4:300
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T4:300
N24:30
DN
0
TON
Timer On Delay
Timer
T4:301
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T4:301
N24:30
DN
1
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 6 - TANK6 --- Total Rungs in File = 31
N9:10
N24:30
N23:30
2
1
0
N9:10
N9:3
2
11
0015
HS203 AUTO
I:042
N9:10
N24:30
N23:30
Start Tank 6 Bottom
Skimmer
O:045
0
2
0
0
6
N9:10
N9:3
2
10
0016
Start Tank 6 Bottom
Skimmer
O:045
6
Start Tank 6 Bottom
Skimmer
O:045
Tank 6 Bottom
Skimmer Running
I:042
6
6
Start Tank 6 Bottom
Skimmer
O:045
Tank 6 Bottom
Skimmer Running
I:042
6
6
TON
Timer On Delay
Timer
T14:36
Time Base
1.0
Preset
10<
Accum
0<
0017
Valve 5 Open From
HMI
N9:6
B13:0
T14:41
12
4
DN
EN
DN
T14:36
N18:30
DN
0
Valve 5 Open Command
O:011
0018
13
Valve 5 Open Command
O:011
13
Valve 5 Close From
HMI
N9:6
T14:41
13
DN
Valve 5 Close
Command
O:011
0019
14
Valve 5 Close
Command
O:011
14
B13:0
4
N9:7
B13:0
T14:42
12
4
DN
Valve 6 Open
O:030
0020
13
Valve 6 Open
O:030
13
Page 3
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 6 - TANK6 --- Total Rungs in File = 31
N9:7
T14:42
13
DN
Valve 6 Close
O:030
0021
14
B13:0
4
Valve 6 Close
O:030
14
Valve 6 Open
O:030
TON
Timer On Delay
Timer
T14:42
Time Base
1.0
Preset
45<
Accum
11<
0022
13
Valve 6 Close
O:030
EN
DN
14
Valve 6 Opened
I:025
N18:50
DN
0
CPT
Compute
Dest
0023
6
Process Valve 5
Open
I:005
10
T14:42
N23:0
3<
N17:15 - N21:16
Expression
CMP
Comparison
Expression
N23:0 < 0
CPT
Compute
Dest
Expression
CMP
Comparison
Expression
CMP
Comparison
Expression
N23:1
3<
(- 1) * N23:0
N23:2
N23:1 > 1
MOV
Move
Source
N23:0 >= 0
Dest
CMP
Comparison
Expression
N9:10
0024
6
N23:0
3<
N23:1
3<
N23:2
N23:1 > 1
CPT
Compute
Dest
Expression
1
F8:10
0.6<
(N23:4 * N23:1) | 100.0
CPT
Compute
Dest
Expression
Page 4
0
T4:18.PRE
60<
F8:10 * 100.0
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 6 - TANK6 --- Total Rungs in File = 31
Valve 6 Opened
I:025
CPT
Compute
Dest
0025
6
Process Valve 5
Open
I:005
N23:5
496<
N17:14 - N21:8
Expression
CMP
Comparison
Expression
10
N23:5 < 0
CPT
Compute
Dest
Expression
CMP
Comparison
Expression
CMP
Comparison
Expression
N23:6
496<
(- 1) * N23:5
N23:2
N23:6 > 10
MOV
Move
Source
N23:5 > 0
Dest
CMP
Comparison
Expression
N9:10
6
N23:6 > 10
Expression
Expression
N23:2
N9:10
T4:18
1
6
DN
N23:2
N9:10
3
6
N23:2
N9:10
0
6
N23:2
N9:10
2
6
N23:2
N9:10
T4:18
1
6
DN
N23:2
N9:10
3
6
N23:2
N9:10
T4:18
0
6
DN
N23:2
N9:10
2
6
3
F8:9
19.84<
(N23:4 * N23:6) | 500.0
CPT
Compute
Dest
0027
N23:5
496<
N23:6
496<
N23:2
CPT
Compute
Dest
0026
2
T4:18.PRE
60<
F8:9 * 100.0
TON
Timer On Delay
Timer
T4:18
Time Base
0.01
Preset
60<
Accum
0<
EN
DN
Valve 4 Open
O:030
0028
15
Valve 4 Close
O:030
0029
0030
Page 5
16
END
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 7 - FEED_PMP --- Total Rungs in File = 9
P9 VFD Auto
I:005
P9 Start From HMI
N9:0
Process Valve 7
Open
I:005
P9 Stop From HMI
N9:0
Process Pump 9
Fail
I:005
B13:0
2
6
3
3
0
P9 Start
O:010
0000
16
2
P9 Start
O:010
2
P9 Start
O:010
Process Pump 9
Running
I:005
TON
Timer On Delay
Timer
T14:6
Time Base
1.0
Preset
30<
Accum
0<
0001
2
2
P9 Stop
O:010
3
Process Pump 9
Running
I:005
2
EN
DN
T14:6
N18:2
DN
0
Process Pump 9
Fail
I:005
N18:2
3
1
0002
N18:2
0
Process Pump 9
Running
I:005
CPT
Compute
Dest
0003
2
Expression
CPT
Compute
Dest
Expression
P8 VFD Auto
I:005
P8 Start From HMI
N9:0
P8 Stop From HMI
N9:0
Process Pump 8
Fail
I:005
B13:0
0
1
1
2
F8:1
184275.0<
N17:4 * 4095.0
N10:52
3276<
F8:1 | 100.0
P8 Start
O:010
0004
15
0
P8 Start
O:010
0
P8 Start
O:010
Process Pump 8
Running
I:005
0005
0
0
P8 Stop
O:010
1
Process Pump 8
Running
I:005
0
TON
Timer On Delay
Timer
T14:7
Time Base
1.0
Preset
30<
Accum
0<
EN
DN
T14:7
N18:1
DN
0
Process Pump 8
Fail
I:005
N18:1
1
1
0006
N18:1
0
Page 1
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 7 - FEED_PMP --- Total Rungs in File = 9
Process Pump 8
Running
I:005
0007
0
CPT
Compute
Dest
Expression
CPT
Compute
Dest
Expression
0008
Page 2
F8:0
40950.0<
N17:5 * 4095.0
N10:51
410<
F8:0 | 100.0
END
Thursday, July 02, 2015 - 15:11:58
UAL_NEW2.RSP
LAD 8 - DAF2 --- Total Rungs in File = 18
N9:6
N9:6
DAF 2 Valve 15 Open
O:011
8
9
4
N9:6
N9:6
DAF 2 Valve 16 Open
O:011
6
7
5
N9:6
N9:6
DAF 2 Valve 17 Open
O:011
10
11
6
0000
DAF 2 Valve 15 Open
O:011
4
0001
DAF 2 Valve 16 Open
O:011
5
0002
DAF 2 Valve 17 Open
O:011
6
N9:6
T14:43
3
DN
Valve 10 Close
O:010
0003
10
Valve 10 Close
O:010
10
N9:6
T14:43
2
DN
Valve 10 Open
O:010
0004
11
Valve 10 Open
O:010
11
Valve 10 Open
O:010
TON
Timer On Delay
Timer
T14:43
Time Base
1.0
Preset
40<
Accum
27<
0005
11
Valve 10 Close
O:010
EN
DN
10
N9:6
T14:44
5
DN
T14:43
N18:2
DN
5
Valve 11 Close
O:010
0006
16
Valve 11 Close
O:010
16
N9:6
T14:44
4
DN
Valve 11 Open
O:010
0007
17
Valve 11 Open
O:010
17
Page 1
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 8 - DAF2 --- Total Rungs in File = 18
Valve 11 Open
O:010
TON
Timer On Delay
Timer
T14:44
Time Base
1.0
Preset
45<
Accum
6<
0008
17
Valve 11 Close
O:010
EN
DN
16
DAF 2 Auto
I:006
T14:44
N18:2
DN
6
N9:0
N9:0
DAF 2 Pressure Pump
Start
O:011
12
13
0
0009
10
DAF 2 Pressure Pump
Start
O:011
0
DAF 2 Pressure Pump
Start
O:011
DAF 2 Pressure Pump
M-411 Running
I:006
0
3
DAF 2 Pressure Pump
Start
O:011
DAF 2 Pressure Pump
M-411 Running
I:006
0
3
TON
Timer On Delay
Timer
T4:70
Time Base
1.0
Preset
10<
Accum
0<
0010
DAF 2 Auto
I:006
EN
DN
T4:70
N18:7
DN
0
N9:0
N9:0
DAF 2 Bottom Auger
Start
O:011
14
15
1
0011
10
DAF 2 Bottom Auger
Start
O:011
1
DAF 2 Bottom Auger
Start
O:011
DAF 2 Bottom Auger
M-413 Running
I:006
1
4
DAF 2 Bottom Auger
Start
O:011
DAF 2 Bottom Auger
M-413 Running
I:006
1
4
TON
Timer On Delay
Timer
T4:80
Time Base
1.0
Preset
10<
Accum
0<
0012
DAF 2 Auto
I:006
EN
DN
T4:80
N18:8
DN
0
N9:1
N9:1
DAF 2 Flocculator
Start
O:011
0
1
2
0013
10
DAF 2 Flocculator
Start
O:011
2
Page 2
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 8 - DAF2 --- Total Rungs in File = 18
DAF 2 Flocculator
Start
O:011
DAF 2 Floculator
M-413 Running
I:006
2
5
DAF 2 Flocculator
Start
O:011
DAF 2 Floculator
M-413 Running
I:006
2
5
TON
Timer On Delay
Timer
T4:90
Time Base
1.0
Preset
10<
Accum
0<
0014
DAF 2 Auto
I:006
EN
DN
T4:90
N18:9
DN
0
N9:1
N9:1
DAF 2 Top Skimmer
Start
O:011
2
3
3
0015
10
DAF 2 Top Skimmer
Start
O:011
3
DAF 2 Top Skimmer
Start
O:011
DAF 2 Top Skim
M-414 Running
I:006
3
6
DAF 2 Top Skimmer
Start
O:011
DAF 2 Top Skim
M-414 Running
I:006
3
6
0016
0017
Page 3
TON
Timer On Delay
Timer
T4:100
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T4:100
N18:10
DN
0
END
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 9 - WWC1 --- Total Rungs in File = 52
N200:1
0000
0
0001
0002
CMP
Comparison
Expression
T4:400
N11:5 < N40:0
CMP
Comparison
Expression
TON
Timer On Delay
Timer
T4:400
Time Base
1.0
Preset
150<
Accum
0<
DN
PLC Mode CP-303
I:004
N9:10
11
EN
DN
TON
Timer On Delay
Timer
T4:402
Time Base
1.0
Preset
90<
Accum
0<
0003
12
DN
TON
Timer On Delay
Timer
T4:401
Time Base
1.0
Preset
30<
Accum
30<
N11:5 > N40:1
Caustic Pump 1
Running
I:004
EN
3
EN
DN
Caustic Pump 1
Running
I:004
T4:400
N24:5
0004
DN
12
0
Caustic Pump 1
Running
I:004
T4:401
0005
DN
12
T4:402
N33:4
ONS
0
N24:5
1
N33:4
ONS
1
DN
PLC Mode CP-303
I:004
N24:5
N9:10
N9:0
N24:5
B13:1
0
3
7
1
0
N9:0
N9:10
6
3
Caustic Pump 1 Start
O:010
0006
11
12
Caustic Pump 1 Start
O:010
12
Caustic Pump 1 Start
O:010
Caustic Pump 1
Running
I:004
0007
12
Caustic Pump 1 Start
O:010
12
0008
12
Caustic Pump 1
Running
I:004
12
TON
Timer On Delay
Timer
T4:40
Time Base
1.0
Preset
10<
Accum
0<
DN
T4:40
N18:4
DN
0
CPT
Compute
Dest
Expression
CPT
Compute
Dest
Expression
Page 1
EN
F8:11
3386565.0<
N11:5 * 4095.0
N25:0
2422<
F8:11 | 1400.0
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 9 - WWC1 --- Total Rungs in File = 52
CPT
Compute
Dest
0009
Expression
CPT
Compute
Dest
Expression
F8:12
0.0<
N26:0 * 4095.0
N25:1
0<
F8:12 | 140.0
Caustic Pump 1
Running
I:004
N25:10
0010
12
4
PLC Mode CP-303
I:004
11
Caustic Pump 1
Running
I:004
12
Mixer 3 Running
I:004
Mixer 2 Running
I:004
Mixer 1 Running
I:004
1
2
3
Caustic Pump 1
Running
I:004
0011
12
N33:6
ONS
3
MOV
Move
Source
Dest
Caustic Pump 1
Running
I:004
MOV
Move
Source
0012
12
Dest
Caustic Pump 1
Running
I:004
MOV
Move
Source
12
T4:4
0013
DN
T4:4
0014
DN
Page 2
Mixer 3 Running
I:004
Mixer 2 Running
I:004
Mixer 1 Running
I:004
1
2
3
Dest
80
80<
N17:0
80<
N17:0
80<
N25:20
0<
0
0<
N25:20
0<
TON
Timer On Delay
Timer
T4:4
Time Base
0.01
Preset
100<
Accum
60<
EN
DN
PID
PID
Control Block
N25:10
Process Variable
N25:0
Tieback
0
Control Variable
N10:38
Setup Screen
<
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 9 - WWC1 --- Total Rungs in File = 52
PLC Mode CP-303
I:004
N9:0
N9:0
B13:1
8
9
0
Caustic Pump 2 Start
O:010
0015
11
13
Caustic Pump 2 Start
O:010
13
Caustic Pump 2
Running
I:004
Caustic Pump 2 Start
O:010
0016
13
13
Caustic Pump 2
Running
I:004
Caustic Pump 2 Start
O:010
13
13
Caustic Pump 2
Running
I:004
TON
Timer On Delay
Timer
T4:50
Time Base
1.0
Preset
10<
Accum
0<
13
DN
T4:50
N18:5
DN
0
CPT
Compute
Dest
0017
EN
Expression
CPT
Compute
Dest
Expression
F8:53
0.2<
N17:2 | 100.0
N10:39
2048<
F8:53 * 4095.0
N200:1
0018
3
0019
0020
CMP
Comparison
Expression
CMP
Comparison
Expression
T4:407
N11:5 > N40:2
DN
TON
Timer On Delay
Timer
T4:407
Time Base
1.0
Preset
70<
Accum
8<
TON
Timer On Delay
Timer
T4:408
Time Base
1.0
Preset
30<
Accum
0<
N11:5 < N40:3
Acid Pump 1
Running
I:024
PLC Mode CP-302
I:024
N9:10
1
0
3
0021
TON
Timer On Delay
Timer
T4:409
Time Base
1.0
Preset
600<
Accum
0<
EN
DN
EN
DN
EN
DN
T4:407
Acid Pump 1
Running
I:024
N24:6
DN
1
0
0022
T4:408
Acid Pump 1
Running
I:024
DN
1
0023
T4:409
DN
Page 3
N33:5
ONS
0
N24:6
1
N33:5
ONS
1
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 9 - WWC1 --- Total Rungs in File = 52
PLC Mode CP-302
I:024
N24:6
N9:10
B13:0
N9:2
N24:6
Acid Pump 1 Start
O:030
0
0
3
15
11
1
0
N9:2
N9:10
10
3
0024
Acid Pump 1 Start
O:030
0
Acid Pump 1 Start
O:030
Acid Pump 1
Running
I:024
0
1
Acid Pump 1 Start
O:030
Acid Pump 1
Running
I:024
0
1
TON
Timer On Delay
Timer
T4:220
Time Base
1.0
Preset
10<
Accum
0<
0025
EN
DN
T4:220
N18:22
DN
0
PLC Mode CP-302
I:024
N9:2
B13:0
N9:2
Acid Pump 2 Start
O:030
0
12
15
13
1
0026
Acid Pump 2 Start
O:030
1
Acid Pump 2 Start
O:030
Acid Pump 2
Running
I:024
1
2
Acid Pump 2 Start
O:030
Acid Pump 2
Running
I:024
1
2
0027
Acid Pump 2
Running
I:024
0028
2
TON
Timer On Delay
Timer
T4:230
Time Base
1.0
Preset
10<
Accum
0<
N18:23
DN
0
CPT
Compute
Dest
CPT
Compute
Dest
Expression
CPT
Compute
Dest
Expression
CPT
Compute
Dest
Expression
Page 4
DN
T4:230
Expression
0029
EN
F8:53
0.2<
N17:9 | 100.0
N20:39
819<
F8:53 * 4095.0
F8:31
3386565.0<
N11:5 * 4095.0
N27:0
2419<
F8:31 | 1400.0
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 9 - WWC1 --- Total Rungs in File = 52
CPT
Compute
Dest
0030
Expression
CPT
Compute
Dest
Expression
F8:32
0.0<
N26:1 * 4095.0
N27:1
0<
F8:32 | 140.0
Acid Pump 1
Running
I:024
N27:10
1
4
0031
PLC Mode CP-302
I:024
0
Acid Pump 1
Running
I:024
1
Mixer 3 Running
I:004
Mixer 2 Running
I:004
Mixer 1 Running
I:004
1
2
3
Acid Pump 1
Running
I:024
0032
1
N33:6
ONS
4
MOV
Move
Source
Dest
Acid Pump 1
Running
I:024
MOV
Move
Source
0033
1
Dest
Acid Pump 1
Running
I:024
MOV
Move
Source
1
T4:5
0034
DN
T4:5
0035
DN
Page 5
Mixer 3 Running
I:004
Mixer 2 Running
I:004
Mixer 1 Running
I:004
1
2
3
Dest
80
80<
N17:7
80<
N17:7
80<
N27:20
0<
0
0<
N27:20
0<
TON
Timer On Delay
Timer
T4:5
Time Base
0.01
Preset
100<
Accum
97<
EN
DN
PID
PID
Control Block
N27:10
Process Variable
N27:0
Tieback
0
Control Variable
N20:38
Setup Screen
<
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 9 - WWC1 --- Total Rungs in File = 52
PLC Mode CP-201
I:004
N9:2
B3:0
B3:0
N9:2
Mixer 3 Start
O:012
0
4
1
2
5
7
0036
Mixer 3 Start
O:012
7
Mixer 3 Start
O:012
Mixer 3 Running
I:004
7
1
Mixer 3 Start
O:012
Mixer 3 Running
I:004
7
1
TON
Timer On Delay
Timer
T4:190
Time Base
1.0
Preset
10<
Accum
0<
0037
Mixer 3 Start
O:012
0038
7
EN
DN
T4:190
N18:19
DN
0
B3:0
ONS
3
B3:0
L
0
T4:0
B3:0
U
0
0039
DN
B3:0
TON
Timer On Delay
Timer
T4:0
Time Base
0.01
Preset
100<
Accum
0<
0040
0
PLC Mode CP-201
I:004
N9:2
B3:0
B3:0
N9:2
0
6
0
2
7
EN
DN
Mixer 2 Start
O:012
0041
10
Mixer 2 Start
O:012
10
Mixer 2 Start
O:012
Mixer 2 Running
I:004
0042
10
Mixer 2 Start
O:012
2
Mixer 2 Running
I:004
10
Mixer 2 Start
O:012
0043
10
TON
Timer On Delay
Timer
T4:200
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
2
T4:200
N18:20
DN
0
B3:0
ONS
4
B3:0
L
1
T4:1
B3:0
U
1
0044
DN
B3:0
0045
1
Page 6
TON
Timer On Delay
Timer
T4:1
Time Base
0.01
Preset
100<
Accum
0<
EN
DN
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 9 - WWC1 --- Total Rungs in File = 52
PLC Mode CP-201
I:004
N9:2
B3:0
B3:0
N9:2
0
8
0
1
9
Mixer 1 Start
O:012
0046
11
Mixer 1 Start
O:012
11
Mixer 1 Start
O:012
Mixer 1 Running
I:004
0047
11
Mixer 1 Start
O:012
3
Mixer 1 Running
I:004
11
Mixer 1 Start
O:012
0048
11
TON
Timer On Delay
Timer
T4:210
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
3
T4:210
N18:21
DN
0
B3:0
ONS
5
B3:0
L
2
T4:2
B3:0
U
2
0049
DN
B3:0
0050
2
0051
Page 7
TON
Timer On Delay
Timer
T4:2
Time Base
0.01
Preset
100<
Accum
0<
EN
DN
END
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 10 - WWC2 --- Total Rungs in File = 40
N200:1
0000
1
0001
0002
CMP
Comparison
Expression
T4:404
N11:7 < N40:0
CMP
Comparison
Expression
TON
Timer On Delay
Timer
T4:404
Time Base
1.0
Preset
300<
Accum
0<
DN
PLC Mode CP-303
I:004
N9:10
11
EN
DN
TON
Timer On Delay
Timer
T4:406
Time Base
1.0
Preset
600<
Accum
0<
0003
14
DN
TON
Timer On Delay
Timer
T4:405
Time Base
1.0
Preset
30<
Accum
30<
N11:7 > N40:1
Caustic Pump 3
Running
I:004
EN
3
EN
DN
Caustic Pump 3
Running
I:004
T4:404
N24:5
0004
DN
14
4
Caustic Pump 3
Running
I:004
T4:405
0005
DN
14
T4:406
N33:4
ONS
2
N24:5
5
N33:4
ONS
3
DN
PLC Mode CP-303
I:004
N24:5
N9:10
N9:0
N24:5
B13:1
4
4
11
5
0
N9:0
N9:10
10
4
Caustic Pump 3 Start
O:010
0006
11
14
Caustic Pump 3 Start
O:010
14
Caustic Pump 3 Start
O:010
Caustic Pump 3
Running
I:004
0007
14
Caustic Pump 3 Start
O:010
14
0008
14
Caustic Pump 3
Running
I:004
14
TON
Timer On Delay
Timer
T4:60
Time Base
1.0
Preset
10<
Accum
0<
DN
T4:60
N18:6
DN
0
CPT
Compute
Dest
Expression
CPT
Compute
Dest
Expression
Page 1
EN
F8:41
3308760.0<
N11:7 * 4095.0
N29:0
2363<
F8:41 | 1400.0
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 10 - WWC2 --- Total Rungs in File = 40
CPT
Compute
Dest
0009
Expression
CPT
Compute
Dest
Expression
F8:42
0.0<
N26:2 * 4095.0
N28:1
0<
F8:42 | 140.0
Caustic Pump 3
Running
I:004
N29:10
0010
14
4
PLC Mode CP-303
I:004
11
Caustic Pump 3
Running
I:004
14
Mixer 4 Running
I:004
Mixer 5 Running
I:004
6
7
Caustic Pump 3
Running
I:004
0011
14
Mixer 6 Running
I:004
10
N33:6
ONS
0
MOV
Move
Source
Dest
Caustic Pump 3
Running
I:004
MOV
Move
Source
0012
14
Dest
Caustic Pump 3
Running
I:004
MOV
Move
Source
14
T4:6
0013
DN
T4:6
0014
DN
Mixer 4 Running
I:004
Mixer 5 Running
I:004
6
7
Mixer 6 Running
I:004
Dest
80
80<
N17:1
80<
N17:1
80<
N29:20
0<
0
0<
N29:20
0<
10
TON
Timer On Delay
Timer
T4:6
Time Base
0.01
Preset
100<
Accum
36<
EN
DN
PID
PID
Control Block
N29:10
Process Variable
N29:0
Tieback
0
Control Variable
N10:40
Setup Screen
<
N200:1
0015
4
Page 2
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 10 - WWC2 --- Total Rungs in File = 40
0016
0017
CMP
Comparison
Expression
T4:410
N11:7 > N40:2
CMP
Comparison
Expression
TON
Timer On Delay
Timer
T4:410
Time Base
1.0
Preset
300<
Accum
292<
DN
EN
DN
TON
Timer On Delay
Timer
T4:411
Time Base
1.0
Preset
30<
Accum
0<
N11:7 < N40:3
Acid Pump 3
Running
I:024
PLC Mode CP-302
I:024
N9:10
3
0
3
EN
DN
TON
Timer On Delay
Timer
T4:412
Time Base
1.0
Preset
600<
Accum
0<
0018
EN
DN
T4:410
Acid Pump 3
Running
I:024
N24:6
DN
3
2
0019
T4:411
Acid Pump 3
Running
I:024
DN
3
N33:5
ONS
2
0020
T4:412
N24:6
3
N33:5
ONS
3
DN
PLC Mode CP-302
I:024
N24:6
N9:10
B13:0
N9:2
N24:6
Acid Pump 3 Start
O:030
0
2
4
15
15
3
2
N9:2
N9:10
14
4
0021
Acid Pump 3 Start
O:030
2
Acid Pump 3 Start
O:030
Acid Pump 3
Running
I:024
2
3
Acid Pump 3 Start
O:030
Acid Pump 3
Running
I:024
2
3
0022
0023
TON
Timer On Delay
Timer
T4:24
Time Base
1.0
Preset
10<
Accum
0<
DN
T4:24
N18:24
DN
0
CPT
Compute
Dest
Expression
CPT
Compute
Dest
Expression
Page 3
EN
F8:51
3308760.0<
N11:7 * 4095.0
N35:0
2360<
F8:51 | 1400.0
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 10 - WWC2 --- Total Rungs in File = 40
CPT
Compute
Dest
0024
Expression
CPT
Compute
Dest
Expression
F8:52
0.0<
N26:3 * 4095.0
N35:1
0<
F8:52 | 140.0
Acid Pump 3
Running
I:024
N35:10
3
4
0025
PLC Mode CP-302
I:024
0
Acid Pump 3
Running
I:024
3
Mixer 4 Running
I:004
Mixer 5 Running
I:004
6
7
Acid Pump 3
Running
I:024
0026
3
Mixer 6 Running
I:004
10
N33:6
ONS
1
MOV
Move
Source
Dest
Acid Pump 3
Running
I:024
MOV
Move
Source
0027
3
Dest
Acid Pump 3
Running
I:024
MOV
Move
Source
3
T4:7
0028
DN
T4:7
0029
DN
Page 4
Mixer 4 Running
I:004
Mixer 5 Running
I:004
6
7
Mixer 6 Running
I:004
Dest
80
80<
N17:8
80<
N17:8
80<
N35:20
0<
0
0<
N35:20
0<
10
TON
Timer On Delay
Timer
T4:7
Time Base
0.01
Preset
100<
Accum
4<
EN
DN
PID
PID
Control Block
N35:10
Process Variable
N35:0
Tieback
0
Control Variable
N20:40
Setup Screen
<
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 10 - WWC2 --- Total Rungs in File = 40
PLC Mode CP-301
I:004
N9:1
N9:1
4
6
7
Mixer 4 Start
O:011
0030
10
Mixer 4 Start
O:011
10
Mixer 4 Start
O:011
Mixer 4 Running
I:004
TON
Timer On Delay
Timer
T4:120
Time Base
1.0
Preset
10<
Accum
0<
0031
10
Mixer 4 Start
O:011
6
Mixer 4 Running
I:004
10
EN
DN
6
PLC Mode CP-301
I:004
N9:1
N9:1
4
8
9
T4:120
N18:12
DN
0
Mixer 5 Start
O:011
0032
11
Mixer 5 Start
O:011
11
Mixer 5 Start
O:011
Mixer 4 Running
I:004
TON
Timer On Delay
Timer
T4:130
Time Base
1.0
Preset
10<
Accum
0<
0033
11
Mixer 5 Start
O:011
6
Mixer 4 Running
I:004
11
EN
DN
6
PLC Mode CP-301
I:004
N9:1
N9:1
4
10
11
T4:130
N18:13
DN
0
Mixer 6 Start
O:011
0034
12
Mixer 6 Start
O:011
12
Mixer 6 Start
O:011
Mixer 6 Running
I:004
0035
12
Mixer 6 Start
O:011
10
Mixer 6 Running
I:004
12
0036
WWC-2 Stage 3
pH
LIM
Limit Test
Low Lim
Test
High Lim
Page 5
TON
Timer On Delay
Timer
T4:140
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
10
9.8
9.8<
N11:7
808<
5.2
5.2<
T4:140
N18:14
DN
0
TON
Timer On Delay
Timer
T14:13
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 10 - WWC2 --- Total Rungs in File = 40
PLC Mode CP-301
I:004
N9:1
N9:1
WWE-2 Recirc Pump
Start
O:011
4
4
5
7
0037
WWE-2 Recirc Pump
Start
O:011
7
WWE-2 Recirc Pump
Start
O:011
Recirc Pump Running
I:004
7
5
0038
0039
Page 6
TON
Timer On Delay
Timer
T14:14
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:14
B13:0
DN
14
END
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 11 - DAF1 --- Total Rungs in File = 12
N9:7
N9:7
DAF 1 Valve 14 Open
O:012
0
1
5
N9:7
N9:7
DAF 1 Valve 12 Open
O:012
2
3
4
N9:7
N9:7
DAF 1 Valve 15 Open
O:012
4
5
6
N9:1
N9:1
DAF 1 Pressure Pump
Start
O:012
12
13
0
0000
DAF 1 Valve 14 Open
O:012
5
0001
DAF 1 Valve 12 Open
O:012
4
0002
DAF 1 Valve 15 Open
O:012
6
0003
DAF 1 Pressure Pump
Start
O:012
0
DAF 1 Pressure Pump
Start
O:012
DAF 1 M421 Pressure
Pump Running
I:007
0
3
DAF 1 Pressure Pump
Start
O:012
DAF 1 M421 Pressure
Pump Running
I:007
0
3
0004
TON
Timer On Delay
Timer
T4:150
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T4:150
N18:15
DN
0
N9:1
N9:1
DAF 1 Bottom Auger
Start
O:012
14
15
1
0005
DAF 1 Bottom Auger
Start
O:012
1
DAF 1 Bottom Auger
Start
O:012
DAF 1 M422 Bottom
Auger Running
I:007
1
4
DAF 1 Bottom Auger
Start
O:012
DAF 1 M422 Bottom
Auger Running
I:007
1
4
0006
Page 1
TON
Timer On Delay
Timer
T4:160
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T4:160
N18:16
DN
0
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 11 - DAF1 --- Total Rungs in File = 12
N9:2
N9:2
DAF 2 Floculator
Start
O:012
0
1
2
0007
DAF 2 Floculator
Start
O:012
2
DAF 2 Floculator
Start
O:012
DAF 1 M423
Floculator Running
I:007
2
5
DAF 2 Floculator
Start
O:012
DAF 1 M423
Floculator Running
I:007
2
5
0008
TON
Timer On Delay
Timer
T4:170
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T4:170
N18:17
DN
0
N9:2
N9:2
DAF 1 Top Skimmer
Start
O:012
2
3
3
0009
DAF 1 Top Skimmer
Start
O:012
3
DAF 1 Top Skimmer
Start
O:012
DAF 1 M424
Top Skim Running
I:007
3
6
DAF 1 Top Skimmer
Start
O:012
DAF 1 M424
Top Skim Running
I:007
3
6
0010
0011
Page 2
TON
Timer On Delay
Timer
T4:180
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T4:180
N18:18
DN
0
END
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 12 - SLDGPROC --- Total Rungs in File = 9
CMP
Comparison
Expression
0000
CMP
Comparison
Expression
0001
TON
Timer On Delay
Timer
T4:289
Time Base
1.0
Preset
0<
Accum
0<
N20:11 > N34:12
DN
T4:280
N24:28
DN
0
TON
Timer On Delay
Timer
T4:281
Time Base
1.0
Preset
10<
Accum
0<
N20:11 < N34:13
EN
EN
DN
T4:281
N24:28
DN
1
N9:11
N24:28
Sludge Valve Opened
I:042
Open Sludge Valve
O:045
11
0
3
3
N9:11
N9:3
11
6
0002
Sludge Transfer Pump
Running
I:042
Sludge Valve Closed
I:042
Close Sludge Valve
O:045
2
4
4
0003
N9:11
N23:28
11
0
0004
N9:11
N9:3
11
7
AFI
N9:3
7
B13:1
4
N23:28
B13:1
N9:7
Sludge Transfer Pump
Start
O:045
0
5
14
2
0005
Sludge Transfer Pump
Start
O:045
Sludge Transfer Pump
Running
I:042
2
2
Sludge Transfer Pump
Start
O:045
Sludge Transfer Pump
Running
I:042
2
2
0006
Open Sludge Valve
O:045
Sludge Valve Opened
I:042
3
3
Close Sludge Valve
O:045
Sludge Valve Opened
I:042
4
3
0007
Page 1
TON
Timer On Delay
Timer
T14:46
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:46
N18:28
DN
0
TON
Timer On Delay
Timer
T14:47
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:47
N18:28
DN
1
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 12 - SLDGPROC --- Total Rungs in File = 9
0008
Page 2
END
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 13 - POLY_FEED --- Total Rungs in File = 7
PLC Mode CP-304
I:024
N9:3
N9:3
Polymer Mixer Start
O:030
6
0
1
3
0000
Polymer Mixer Start
O:030
3
Polymer Mixer Start
O:030
Polymer Mixer
Running
I:024
3
7
Polymer Mixer Start
O:030
Polymer Mixer
Running
I:024
3
7
TON
Timer On Delay
Timer
T4:25
Time Base
1.0
Preset
10<
Accum
0<
0001
EN
DN
T4:25
N18:25
DN
0
PLC Mode CP-304
I:024
N9:3
N9:3
Polymer Pump Start
O:030
6
2
3
4
0002
Polymer Pump Start
O:030
4
Polymer Pump Start
O:030
Polymer Pump
Running
I:024
0003
4
10
Polymer Pump Start
O:030
Polymer Pump
Running
I:024
4
10
PLC Mode CP-304
I:024
Polymer Mixer
Running
I:024
6
7
0004
TON
Timer On Delay
Timer
T4:26
Time Base
1.0
Preset
10<
Accum
0<
N18:26
DN
0
CPT
Compute
Dest
F8:1
184275.0<
N17:11 * 4095.0
CPT
Compute
Dest
Expression
Polymer Pump
Running
I:024
0005
6
10
CPT
Compute
Dest
Expression
Expression
Page 1
N20:51
1843<
F8:1 | 100.0
F8:1
184275.0<
N17:12 * 4095.0
CPT
Compute
Dest
0006
DN
T4:26
Expression
PLC Mode CP-304
I:024
EN
N20:52
1024<
F8:1 | 100.0
END
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 14 - ASSET_MGMT --- Total Rungs in File = 2
B13:1
Building Sump Alarm
O:013
6
6
0000
0001
Page 1
END
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 15 - ALARMS --- Total Rungs in File = 75
N18:1
N15:0
0
0
N18:2
N15:0
0
1
N18:3
N15:0
0
2
N18:4
N15:0
0
3
N18:5
N15:0
0
4
N18:6
N15:0
0
5
N18:7
N15:0
0
6
N18:8
N15:0
0
7
N18:9
N15:0
0
8
N18:10
N15:0
0
9
N18:11
N15:0
0
10
N18:12
N15:0
0
11
N18:13
N15:0
0
12
N18:14
N15:0
0
13
N18:15
N15:0
0
14
N18:16
N15:0
0
15
N18:17
N15:1
0
0
N18:18
N15:1
0
1
N18:19
N15:1
0
2
N18:20
N15:1
0
3
N18:21
N15:1
0
4
N18:22
N15:1
0
5
0000
0001
0002
0003
0004
0005
0006
0007
0008
0009
0010
0011
0012
0013
0014
0015
0016
0017
0018
0019
0020
0021
Page 1
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 15 - ALARMS --- Total Rungs in File = 75
N18:23
N15:1
0
6
N18:24
N15:1
0
7
N18:25
N15:1
0
8
N18:26
N15:1
0
9
N18:27
N15:1
0
10
N18:28
N15:1
0
11
N18:29
N15:1
0
12
N18:30
N15:1
0
13
N18:31
N15:1
0
14
N18:32
N15:1
0
15
N18:33
N15:2
0
0
N18:34
N15:2
0
1
N18:35
N15:2
0
2
N18:36
N15:2
0
3
N18:37
N15:2
0
4
N18:38
N15:2
0
5
N18:39
N15:2
0
6
N18:40
N15:2
0
7
N18:41
N15:2
0
8
N18:42
N15:2
0
9
N18:43
N15:2
0
10
N18:44
N15:2
0
11
0022
0023
0024
0025
0026
0027
0028
0029
0030
0031
0032
0033
0034
0035
0036
0037
0038
0039
0040
0041
0042
0043
Page 2
Thursday, July 02, 2015 - 15:11:59
UAL_NEW2.RSP
LAD 15 - ALARMS --- Total Rungs in File = 75
N18:45
N15:2
0
12
N18:46
N15:2
0
13
N18:47
N15:2
0
14
N18:48
N15:2
0
15
N18:49
N15:3
0
0
N18:50
N15:3
0
1
N18:51
N15:3
0
2
0044
0045
0046
0047
0048
0049
0050
0051
LES
Less Than (A<B)
Source A
N21:17
4<
Source B
5
5<
TON
Timer On Delay
Timer
T14:15
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T14:15
B13:0
DN
15
N15:3
3
0052
Caustic Level
LES
Less Than (A<B)
Source A
N11:16
0<
Source B
5
5<
TON
Timer On Delay
Timer
T14:16
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T14:16
B13:1
DN
0
N15:3
4
Pump Station 5
Alarm
I:025
N15:3
0053
13
5
Falve 4 Fail
I:025
N15:3
0054
17
0055
CMP
Comparison
Expression
6
N31:19 < 36
TON
Timer On Delay
Timer
T4:17
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T4:17
B13:0
DN
0
N15:3
7
Page 3
Thursday, July 02, 2015 - 15:12:00
UAL_NEW2.RSP
LAD 15 - ALARMS --- Total Rungs in File = 75
0056
LES
Less Than (A<B)
Source A
N31:20
75<
Source B
36
36<
TON
Timer On Delay
Timer
T14:2
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:2
B13:0
DN
2
N15:3
8
0057
GRT
Greater Than (A>B)
Source A
N31:20
75<
Source B
216
216<
TON
Timer On Delay
Timer
T14:3
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:3
B13:0
DN
3
N15:3
9
0058
LES
Less Than (A<B)
Source A
N31:18
0<
Source B
36
36<
TON
Timer On Delay
Timer
T14:4
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T14:4
B13:0
DN
4
N15:3
10
0059
GRT
Greater Than (A>B)
Source A
N31:18
0<
Source B
214
214<
TON
Timer On Delay
Timer
T14:5
Time Base
1.0
Preset
30<
Accum
0<
EN
DN
T14:5
B13:0
DN
5
N15:3
11
0060
WWC-1 Stage 3
pH
LES
Less Than (A<B)
Source A
N11:5
827<
Source B
6
6<
TON
Timer On Delay
Timer
T14:9
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:9
B13:0
DN
9
N15:3
12
Page 4
Thursday, July 02, 2015 - 15:12:00
UAL_NEW2.RSP
LAD 15 - ALARMS --- Total Rungs in File = 75
0061
WWC-1 Stage 3
pH
GRT
Greater Than (A>B)
Source A
N11:5
827<
Source B
10
10<
TON
Timer On Delay
Timer
T14:10
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T14:10
B13:0
DN
10
N15:3
13
0062
WWC-2 Stage 3
pH
LES
Less Than (A<B)
Source A
N11:7
808<
Source B
6
6<
TON
Timer On Delay
Timer
T14:11
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:11
B13:0
DN
11
N15:3
14
0063
WWC-2 Stage 3
pH
GRT
Greater Than (A>B)
Source A
N11:7
808<
Source B
10
10<
TON
Timer On Delay
Timer
T14:12
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T14:12
B13:0
DN
12
N15:3
15
Containment Sump
Running
I:042
0064
17
TON
Timer On Delay
Timer
T14:28
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:28
B13:1
DN
12
N15:4
0
I:006
0065
7
TON
Timer On Delay
Timer
T14:8
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:8
B13:0
DN
8
N15:4
1
Page 5
Thursday, July 02, 2015 - 15:12:00
UAL_NEW2.RSP
LAD 15 - ALARMS --- Total Rungs in File = 75
0066
LES
Less Than (A<B)
Source A
N31:17
3<
Source B
15
15<
TON
Timer On Delay
Timer
T14:17
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T14:17
B13:1
DN
1
N15:4
2
0067
GRT
Greater Than (A>B)
Source A
N31:17
3<
Source B
90
90<
TON
Timer On Delay
Timer
T14:18
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:18
B13:1
DN
2
N15:4
3
0068
LES
Less Than (A<B)
Source A
N20:11
0<
Source B
15
15<
TON
Timer On Delay
Timer
T14:19
Time Base
1.0
Preset
10<
Accum
10<
EN
DN
T14:19
B13:1
DN
3
N15:4
4
0069
GRT
Greater Than (A>B)
Source A
N20:11
0<
Source B
90
90<
TON
Timer On Delay
Timer
T14:20
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:20
B13:1
DN
4
N15:4
5
0070
GRT
Greater Than (A>B)
Source A
N31:16
1<
Source B
90
90<
TON
Timer On Delay
Timer
T14:21
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:21
B13:1
DN
5
N15:4
6
Page 6
Thursday, July 02, 2015 - 15:12:00
UAL_NEW2.RSP
LAD 15 - ALARMS --- Total Rungs in File = 75
Sump High
I:024
0071
14
TON
Timer On Delay
Timer
T14:22
Time Base
1.0
Preset
10<
Accum
0<
EN
DN
T14:22
B13:1
DN
6
N15:4
7
Grinder 1 Fail
I:026
N15:4
4
8
Grinder 2 Fail
I:026
N15:4
5
9
0072
0073
0074
Page 7
END
Thursday, July 02, 2015 - 15:12:00
UAL_NEW2.RSP
LAD 16 - MODEFB --- Total Rungs in File = 41
N9:10
N16:1
0
0
N9:10
N16:0
0
0
N9:10
N16:1
1
1
N9:10
N16:0
1
1
N9:10
N16:1
2
2
N9:10
N16:0
2
2
N9:10
N16:1
3
3
N9:10
N16:0
3
3
N9:10
N16:1
4
4
N9:10
N16:0
4
4
N9:10
N16:1
5
5
N9:10
N16:0
5
5
N9:10
N16:1
6
6
N9:10
N16:0
6
6
0000
0001
0002
0003
0004
0005
0006
0007
0008
0009
0010
0011
0012
0013
PLC Mode CP-201
I:004
N16:2
0
0
PLC Mode CP-201
I:004
N16:3
0
0
PLC Mode CP-301
I:004
N16:2
4
1
PLC Mode CP-301
I:004
N16:3
4
1
PLC Mode CP-303
I:004
N16:2
0014
0015
0016
0017
0018
11
PLC Mode CP-303
I:004
2
N16:3
0019
11
Page 1
2
Thursday, July 02, 2015 - 15:12:00
UAL_NEW2.RSP
LAD 16 - MODEFB --- Total Rungs in File = 41
P8 VFD Auto
I:005
N16:2
0020
15
3
P8 VFD Auto
I:005
N16:3
0021
15
3
P9 VFD Auto
I:005
N16:2
0022
16
4
P9 VFD Auto
I:005
N16:3
0023
16
4
Future P10
I:005
N16:2
0024
17
5
Future P10
I:005
N16:3
0025
17
5
DAF 2 Auto
I:006
N16:2
0026
10
6
DAF 2 Hand
I:006
N16:3
0027
11
6
DAF 1 Auto
I:007
N16:2
0028
10
7
DAF 1 Hand
I:007
N16:3
0029
11
7
PLC Mode CP-302
I:024
N16:2
0
8
PLC Mode CP-302
I:024
N16:3
0
8
PLC Mode CP-304
I:024
N16:2
6
9
PLC Mode CP-304
I:024
N16:3
6
9
0030
0031
0032
0033
HS203 AUTO
I:042
N16:2
0
10
HS203 AUTO
I:042
N16:3
0
10
0034
0035
CP-204 PLC Mode
I:042
N16:2
7
11
0036
Page 2
Thursday, July 02, 2015 - 15:12:00
UAL_NEW2.RSP
LAD 16 - MODEFB --- Total Rungs in File = 41
CP-204 PLC Mode
I:042
N16:3
7
11
CP-205 PLC Mode
I:042
N16:2
0037
0038
13
CP-205 PLC Mode
I:042
12
N16:3
0039
13
0040
Page 3
12
END
Thursday, July 02, 2015 - 15:12:00
Attachment H
Proposed Network Architecture
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-201\20917001.DWG , CREATED: 8/18/2015, SAVED: 8/18/2015 11:51 AM ,
Attachment I
Proposed CP-201
CP-201 SUBPANEL LAYOUT
CP-201 SIDE PANEL LAYOUT
ITEM NO.
QTY.
DESCRIPTION
BILL OF MATERIALS
MFG.
CAT. NO.
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-201\20917002.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 1:35 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-201\20917003.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 10:22 AM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-201\20917004.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 1:38 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-201\20917005.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 3:34 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-201\20917006.DWG , CREATED: 7/6/2015, SAVED: 7/6/2015 9:31 AM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-201\20917007.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 3:53 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-201\20917008.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 3:55 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-201\20917009.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 3:55 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-201\20917010.DWG , CREATED: 7/6/2015, SAVED: 7/6/2015 9:32 AM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-202\20917011.DWG , CREATED: 8/18/2015, SAVED: 8/18/2015 11:53 AM ,
Attachment J
Proposed CP-202
1
2
PWR
3
4
5
CP-202 SUBPANEL LAYOUT
ALL NEW WORK SHOWN IN BOLD
ITEM NO.
QTY.
DESCRIPTION
BILL OF MATERIALS
MFG.
CAT. NO.
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-202\20917012.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 4:16 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-202\20917013.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 11:21 AM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-202\20917014.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 4:08 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-202\20917015.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 4:10 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-202\20917016.DWG , CREATED: 7/6/2015, SAVED: 7/6/2015 9:32 AM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-203\20917021.DWG , CREATED: 8/18/2015, SAVED: 8/18/2015 11:53 AM ,
Attachment K
Proposed CP-203
1
PWR
2
3
4
5
CP-203 SUBPANEL LAYOUT
ALL NEW WORK SHOWN IN BOLD
ITEM NO.
QTY.
DESCRIPTION
BILL OF MATERIALS
MFG.
CAT. NO.
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-203\20917022.DWG , CREATED: 7/6/2015, SAVED: 7/6/2015 9:33 AM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-203\20917023.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 3:57 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-203\20917024.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 3:58 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-203\20917025.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 3:59 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\CP-203\20917026.DWG , CREATED: 7/2/2015, SAVED: 7/2/2015 12:02 PM ,
NOTES:
NOTES:
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\FLOOR PLANS\20917031.DWG , CREATED: 8/17/2015, SAVED: 8/17/2015 10:08 AM ,
Attachment L
Proposed Conduit Plan
ALL NEW WORK SHOWN IN BOLD
CODED NOTES:
SYMBOL LEGEND:
ELECTRICAL CONTROL FLOOR PLAN
PLOTTED: 10/5/2015, PAPER SIZE: ANSI FULL BLEED B (17.00 X 11.00 INCHES) , PLOT SCALE: 0.5:1, PEN SETTING: DJE PRINT SETTINGS.CTB
PATH: M:\CAD FILES\209 IN, BAA INDIANAPOLIS, LLC\209.17 IW DESIGN\FLOOR PLANS\20917032.DWG , CREATED: 7/6/2015, SAVED: 7/6/2015 9:29 AM ,
ALL NEW WORK SHOWN IN BOLD
CODED NOTES:
ELECTRICAL CONTROL FLOOR PLAN
Related documents
Download