request for proposal · town. the district envisions a local area network consisting of copper...

27
Page: 1 REQUEST FOR PROPOSAL Belton School District #124 110 West Walnut St. Belton, MO 64012 Local Area Network Additions at Belton High School (2017-2018 Bond Issue) Troy Shaw Manager of Technology Projects Belton School District #124 [email protected] 816-686-6480 Rev. 1 MTS 09102018

Upload: others

Post on 07-Oct-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 1

REQUEST FOR PROPOSAL

Belton School District

#124

110 West Walnut St.

Belton, MO 64012

Local Area Network Additions

at Belton High School

(2017-2018 Bond Issue)

Troy Shaw

Manager of Technology Projects

Belton School District #124

[email protected]

816-686-6480 Rev. 1 MTS 09102018

Page 2: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 2

TABLE OF CONTENTS:

Section I. Introduction Page 3-4

Section II. Terms and Conditions of Request for Proposal (RFP) 4-15

Section III. Technical Specifications 16-17

Section IV. Materials List 18

Section V. Response Form 19

Section VI. Location Addresses 20

Section VII. Associated Drawings

Section VIII. Missouri Division of Labor Standards Annual Wage Order No. 25

Page 3: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 3

REQUEST FOR PROPOSAL

FOR: The Belton School District consists of 4,829 students. The district is housed in thirteen building

complexes in the city of Belton, Missouri (one Central Office, one High School, one Vocational-

Technology Center, one Middle School, one 5th and 6th Grade Center, one STEAM Academy, four

Elementary Schools, one Early Childhood Center, one Maintenance/Technology Center, and one

Alternative School).

The Belton School District wishes to extend its district-wide information system to better provide

information and resources to the offices and classrooms of its newest addition located on the west side of

town. The district envisions a Local Area Network consisting of copper media connecting offices and

classrooms to four (4) wiring closets, three (3) new and one (1) existing, located in the building. This

system will provide a wide range of connectivity options including but not limited to; data communications

between computers within the district, Internet access to each classroom, intranet for providing up to date

information on school events and programs, video distribution infrastructure, voice communications in the

form of a Voice over IP phone system, wireless network connectivity, and IP based security systems.

To achieve this, the Belton School District has developed a plan for implementing a local area copper &

fiber network. The plan includes Fiber optic cable between the new wiring closets and existing main wiring

closet in the building, copper cable runs to each office, classrooms, and hallways throughout the new

additions. The Request for Proposal outlines the district’s plan and provides guidelines for potential

vendors by which to provide their solution and cost schedule.

Throughout the process of this project it is imperative that the single goal of this project not be forgotten by

members of the Belton School District nor the Vendors related to this project. The single goal of the

project is to provide a better environment and more resources by which to teach and in turn provide better

administrative processing and a better academic environment for the students of the Belton High School.

AT: Distributed District Facilities within the City of Belton, MO

Belton School District #124

110 West Walnut Street

Belton, MO 64012

OWNER: SAME

I. INTRODUCTION

1.0 Objective

The Belton School District (hereinafter referred to as “The District”) intends to acquire a Local Area

Network for its newest additions to the Belton High School. The District herewithin requests proposals for

the installation, testing, and acceptance of the Local Area Network described in the attached specifications

and drawings for interested persons (hereinafter known as “The Vendor”). Prices quoted shall be all-

inclusive and represent complete installation at the sites shown on the attached drawings and in the attached

specifications. The Vendors shall be responsible for all parts, labor, and all other associated apparatus

necessary to completely install, test, and turn over for acceptance to The District the Local Area Network

detailed herein.

Page 4: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 4

1.1 Schedule of Events

The following is the required schedule of events for this project. The schedule may change depending on

the results of the responses and a final schedule will be established prior to contracting with the successful

Vendor.

EVENT DATE

1. Release of RFP to Bidders September 17, 2018

2. Bidders’ Conference October 8, 2018 (9:00am)

3. Site Survey October 8, 2018 (10:00am)

4. Alternate Bidders’ Conference October 11, 2018 (9:00am)

5. Alternate Site Survey October 11, 2018 (10:00am)

6. Response Received from Bidders October 22, 2018 (before 11:00am)

7. Evaluation of Responses October 22, 2018 (11:00am)

8. Belton School District Board of Education Meeting October 25, 2018 (7:00pm)

9. Contract Award October 26, 2018

10. Installation Starts November 19, 2018 (on or before)

11. Installation Completes March 12, 2019

12. End to End Testing March 14, 2019

13. Review of Testing March 18, 2019

14. Final Punch List March 20, 2019

15. Acceptance by the District March 22, 2019

II TERMS AND CONDITIONS OF REQUEST FOR PROPOSAL (“RFP”)

2.0 Response Submissions

Response to this RFP must be submitted in a sealed package and delivered via a trackable delivery service

or personally, on or before October 22, 2018, at 11:00am, to the Belton School District Central Office

Building, 110 West Walnut Street. The response packages will be publicly opened at 11:00am on October

22, 2018 at the same location.

It is the sole responsibility of the respondents to ensure their responses arrive in a timely manner. The

District reserves the right to reject all late arrivals. The Vendors must submit two (2) copies of the response

along with any unique maintenance contracts.

2.1 Costs Associated with Preparation of the Vendor’s Response

The District will not be liable for any cost incurred by the respondents in preparing responses to this RFP or

negotiations associated with award of a contract.

Page 5: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 5

2.2 Bidders Conference

A Bidders’ Conference will be held on October 8, 2018, 9:00am, at the Belton School District Central

Office Building, for the purpose of reviewing the RFP and receiving questions from Vendors who intend to

respond to this RFP. An Alternate Bidders’ Conference will be held on October 11, 2018, 9:00am, at the

Belton School District Central Office Building. Attendance at least one of these conferences is mandatory

for any prospected vendor. If The Vendor does not attend the Bidders’ Conference, then The Vendor will

not be allowed to attend the Site Survey or respond to the RFP. Drawings reflecting the proposed work will

be provided to the companies attending. Only one set of drawings will be allocated per company. Because

of space allocations, only two representatives from each Vendor will be allowed to attend. Vendors will be

required to sign in to verify attendance. Subcontractors will not be allowed to represent The Vendor. An

employee of The Vendor firm planning to respond must attend. The second person can be a subcontractor.

2.3 Site Survey

A Site Survey will be conducted at 10:00am on the same day as the Bidders Conferences. Attendance at

the Site Survey is mandatory. If a Vendor does not attend the Site Survey then that Vendor will not be

allowed to respond to the RFP.

2.4 Subcontractors

Should The Vendors use subcontractors for portions of the work, The District reserves the right to reject

any subcontractor without explanation or recourse by the Vendor or subcontractor.

2.5 Interpretation and Additional Information

2.5.1 Interpretations, Corrections and/or Changes

Any interpretation, correction, or change of the RFP will be made by written ADDENDUM.

Interpretations, corrections, or changes to the RFP made in any other manner will not be binding,

and The Vendors shall not rely upon such interpretations, corrections, or changes. Changes or

corrections will be issued by The District. Addenda will be issued as expeditiously as possible via

email. It is the responsibility of The Vendors to determine whether all addenda have been

received.

2.5.2 Addenda

It will be the responsibility of all respondents to contact The District prior to submitting a response

to the RFP to ascertain if any addenda have been issued, and to obtain any and all addenda,

execute them, and return addenda with the response to the RFP.

2.6 Questions

Questions regarding this RFP must be submitted in writing prior to the Bidders’ Conference. Questions

arising out of the Site Survey must be received by The District not later than 12:00 noon of the next day or

the questions will be considered null and void. Responses to all questions received in proper time frames

will be answered in writing and distributed to all Vendors in attendance.

2.7 Proposal Binding Period

Prices quoted in the Vendor’s response for all labor and materials will remain in effect for a period of at

least ninety (90) business days from the issuance date of The Vendor’s response. Note: This applies before

the contract award date.

Page 6: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 6

2.8 Omissions

Omission in the proposal of any provision herein described shall not be construed as to relieve The Vendor

of any responsibility or obligation requisite to the complete and satisfactory delivery, operation, and support

of any and all equipment or services.

2.9 Financing

The District desires to purchase the Cabling Plant.

2.9.1 Payment Conditions

Payment shall be negotiated with The District and will only be made in full upon complete

acceptance by The District.

OTDR results for all Fiber optic cabling delivered in written and optical media.

Level II Certification for all copper cabling delivered in written and optical media.

Cable Manufactures certificate of fifteen year warranty.

As-built drawings of installation delivered detailing routes.

2.10 Warranty

2.10.1 Cabling and Conduit

Materials and workmanship hereinafter specified and furnished shall be fully guaranteed by The

Vendor for fifteen years (5,478 calendar days) from transfer of title against any defects. Defects

which may occur as the result of faulty materials or workmanship within fifteen years after

installation and acceptance by The District shall be corrected by The Vendor at no additional cost

to The District. The Vendor shall promptly, at no cost to The District, correct or re-perform

(including modifications or additions as necessary) any non-conforming or defective work within

fifteen years after completion of the project of which the work is a part. The period of The

Vendor’s warranty(ies) for any items herein are not exclusive remedies, and The District has

recourse to any warranties of additional scope given by The Vendor to The District and all other

remedies available at law or in equity. The Vendor’s warranties shall commence with acceptance

of/or receipt of final payment, whichever date occurs first.

If The Vendor procures equipment or materials under the Contract, The Vendor shall obtain for the

benefit of The District equipment and materials warranties against defects in materials and

workmanship to the extent such warranties are reasonably obtainable.

This warranty shall in no manner cover equipment that has been damaged or rendered

unserviceable due to negligence, misuse, acts of vandalism, or tampering by The District or anyone

other than employees or agents of The Vendor. The Vendor’s obligation under its warranty is

limited to the cost of repair of the warranted item or replacement thereof, at The Vendor’s option.

Insurance covering said equipment from damage or loss is to be borne by The Vendor until full

acceptance of equipment and services.

2.10.2 Hardware

Vendor shall provide manufacturers warranty of not less than one full year. The warranty start

date will be the same as stated in 2.10.1.

Page 7: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 7

2.11 Inspection, Acceptance, and Title

Inspection and Acceptance will be at destination and upon successful installation unless otherwise provided.

Title to/or risk of loss or damage to all items shall be the responsibility of the successful Vendor until

acceptance by The District unless loss or damage results from negligence by The District. If the materials

or services supplied to The District are found to be defective or do not conform to the specifications, The

District reserves the right to cancel the contract upon written notice to The Vendor and return products at

The Vendor’s expense based upon the terms of the Contract.

The District shall at all times have access to the work wherever it is in preparation or progress and The

Vendor shall provide proper facilities for such access and for inspection.

The Vendor shall not close up any work until The District has inspected the work. Should The Vendor

close up the work prior to inspection by The District, The Vendor shall uncover the work for inspection by

The District at no cost to The District and then recover the work according to the specification contained

herein.

The Vendor shall notify The District in writing or verbally when the work is ready for inspection. The

District will inspect the work as expeditiously as possible after receipt of notification from The Vendor.

2.12 Price Quotations

Price quotations are to include the furnishing of all materials, equipment, maintenance and training manuals,

tools, and the provision of all labor and services necessary or proper for the completion of the work except

as may be otherwise expressly provided in the Contract Documents. The District will not be liable for any

costs beyond those proposed herein and awarded, including, but not limited to, any unforeseen costs related

to this project. Time and materials quotes will be unacceptable.

In case of discrepancy in computed proposal prices, the lowest combined value of individual units costs

shall prevail.

2.13 Price Stability

Contract prices and discounts shall be fixed at the time of contract approval by The District and The

Vendor. In the event of price changes, replacement equipment shall be purchased at the lower of contract

or then current market price. In no case shall a price higher than contract price be paid for equipment

proposed.

In the event that The District desires to purchase equipment or services not contained in the contract, future

purchases will be determined using the vendor-specified discount rate in the proposal from the

manufacturer’s suggested retail price as of the date of the order.

In no case shall the price exceed the favored Vendor prices.

2.14 Variation in Quantities and Configurations

Equipped and capacity requirements are the best estimates currently available. The District reserves the

right to modify quantity and configuration requirements. The Vendor agrees to sell The District the revised

quantity of items at the unit price as stated in the RFP regardless of quantity changes.

Page 8: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 8

2.15 Project Manager

The Vendor will provide a Project Manager who will act as a single point of contact for all activities

regarding this project. The Project Manager will be required to make on-site decisions regarding the scope

of the work and any changes required by the work. The Project Manager will be totally responsible for all

aspects of the work and shall have the authority to make immediate decisions regarding implementation or

changes to the work.

2.16 Project Coordinator

The District shall provide a Project Coordinator who shall act as a single point of contact for all activities

regarding this project. The Project Coordinator will be responsible for all decisions required of The District

and shall coordinate with all involved parties during installation activities. The Project Coordinator shall

notify The District assigned inspector when inspections are scheduled and shall coordinate the inspection

between The Vendor and The District assigned inspector.

2.17 The Vendor Qualifications

2.17.1 Experience

The Vendor must submit a written statement of qualifications documenting the following areas of

experience:

The selected Vendor shall be fully capable and have at least 5 years experience in the Cabling and

Fiber optic systems as well as any specified networking equipment, specifically any and all

electronic devices providing connectivity for network devices. To ensure the system has continued

support, The District will contract only with Vendors having a successful history of sales,

installation, service, and support. During the evaluation process, The District may, with full

cooperation of The Vendors, visit The Vendors’ places of business, observe operations, and

inspect records.

The Vendor must have a Registered Communications Distribution Designer (RCDD) on staff who

will be ultimately responsible for this project. The RCDD must have sufficient experience in this

type project as to be able to lend adequate technical support to the field forces during installation,

during the warranty period, and during any extended warranty periods or maintenance contracts. A

resume of the responsible RCDD must be attached to The Vendor’s response for evaluation by The

District. Should the RCDD assigned to this project change during the installation, the new RCDD

assigned must also submit a resume for review by The District.

If, in the opinion of The District, the RCDD does not possess adequate qualifications to support

the project, The District reserves the right to require The Vendor to assign an RCDD who, in The

District’s opinion, possesses the necessary skills and experience required of this project.

The Vendor must have Engineers trained and certified in any and all networking electronics

specified within the proposal. If, in the opinion of The District, the Engineer does not possess

adequate qualifications to support the project, The District reserves the right to require The Vendor

to assign an Engineer who, in The District’s opinion, possesses the necessary skills and experience

required of this project.

Page 9: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 9

2.17.3 References

The District may, with full cooperation of The Vendors, visit client installation to observe

equipment operations and consult with references. Specified visits and discussion shall be

arranged through The Vendors; however, The Vendor personnel shall not be present during

discussions with references. The Vendor must provide a minimum of five (5) reference accounts

at which similar work, both in scope and design, have been completed by The Vendor within the

last five years.

2.17.4 Background Checks

The facilities are academic in nature and thus all persons employed by the Vendor that will be

working on District facilities must undergo a National Criminal Background check and a National

Sex Offender check. Due to the nature of the facilities, the District shall not allow anyone with a

felony conviction, domestic violence child endangerment convection, sex offender convection,

and/or any similar convection(s) on District facilities. Verification of employees must be

submitted with the Vendor’s detailed proposal (see section 2.27.3).

2.18 Prime Vendor

In the event multiple Vendors submit a joint response to this RFP, a single Vendor shall be identified as the

Prime Vendor. Prime Vendor responsibilities shall include performance of overall project administration

and serving as a focal point for The District to coordinate and monitor plans and schedules, maintain project

budget and status information, administer changes required, preside over other Vendors participating or

present at The District meetings, and oversee preparation of reports and presentations. The District shall

issue only one (1) check for each consolidated invoice. Prime Vendor shall remain responsible for

performing tasks associated with installation and implementation of Prime Vendor’s portion of the contract.

2.19 Equal Employment Opportunity

In connection with the execution of this Contract, The Vendors and subcontractors shall not discriminate

against any employee or applicant for employment because of race, religion, color, sex, age, national origin

or marital status. The Vendors shall take affirmative action to ensure that minority and disadvantaged

applicants are employed and employees are treated during their employment without regard to race,

religion, color, sex, age, national origin or marital status. Missouri Targeted Small Businesses are eligible to

bid this project.

2.20 Compliance with Laws and Regulations

The Vendor performance of the work shall comply with applicable federal, state, and local laws, rules, and

regulations. The Vendor shall give required notices, shall procure necessary governmental licenses and

inspections, and shall pay without burden to The District all fees and charges in connection therewith unless

specifically provided otherwise. In the event of violation, The Vendor shall pay all fines and penalties,

including attorney’s fees, and other defense costs and expenses in connection therewith. Final payment will

be withheld until all applicable laws and regulations have been fully met.

2.20.1 Federal Communications Commission

Equipment requiring FCC registration or approval shall have received such approval and shall be

appropriately identified.

Page 10: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 10

2.20.2 Codes, Standards, and Ordinances

All work shall conform to the latest Edition of the National Electrical Code (NEC), the Building

Code, and all local codes and ordinances, as applicable. EIA/TIA Documents shall be adhered to

during all installation activities. Methodologies outlined in the latest edition of the BICSI

Telecommunications Distribution Methods Manual shall also be used during all installation

activities. Should conflicts exist with the foregoing, the authority having jurisdiction for

enforcement will have responsibility for making interpretation.

2.20.3 Prevailing Wage

This project is subject to Missouri Division of Labor Standards Annual Wage Order No. 25

included in Section VI.

2.21 Safety

The Vendor shall take the necessary precautions and bear the sole responsibility for the safety of the

methods employed in performing the work. The Vendor shall at all times comply with the regulations set

forth by federal, state, and local laws, rules, and regulations concerning “OSHA” and all applicable state

labor laws, regulations and standards. The Vendor shall indemnify and hold harmless The District from and

against all liabilities, suits, damages, costs and expenses (including attorney’s fees and court costs) which

may be imposed on The District because of The Vendor, subcontractor, or supplier’s failure to comply with

the regulations stated herein.

2.22 Patents and Royalties

The Vendor, without exception, shall indemnify and hold harmless The District and its employees from any

liability of any nature or kind, including costs and expenses for or on account of any trademarked,

copyrighted, patented, or non-patented invention, process, or article manufactured or used in the

performance of the Contract, including its use by The District. If The Vendor or subcontractor uses any

design, device, or materials covered by letters, patent, trademark, or copyright, it is mutually understood

and agreed without exception that the proposal prices shall include all royalties or cost arising from the use

of such design, device, or materials in any way involved in the work.

2.23 Indemnification

The Vendor shall indemnify and hold harmless The District, its agents and employees from or on account of

any injuries or damages, received or sustained by any person or persons during or on account of any

operation connected with this Contract; or by consequence of any negligence (excluding negligence by The

District, its agents or employees) in connection with the same; or by use of any improper materials or by or

on account of any act or omission of said Vendor or its subcontractors, agents, servants or employees. The

Vendor further agrees to indemnify and hold harmless The District, its agents or employees, against claims

or liability arising from or based upon the violation of any federal, state, county, city or other applicable

laws, bylaws, ordinances, or regulations by The Vendor, its agents, associates, or employees.

The indemnification provided above shall obligate The Vendor to defend at its own expense or to provide

for such defense, at The District’s option, of any and all claims of liability and all suits and actions of every

name and description that may be brought against The District which may result from the operations and

activities under this Contract whether the installation operations be performed by The Vendor,

subcontractor, or by anyone directly or indirectly employed by either.

The award of this Contract to The Vendor shall obligate The Vendor to comply with the foregoing

indemnity provision; however, the collateral obligation of insuring this indemnity must be complied with as

set forth.

Page 11: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 11

2.24 Liability and Insurance

The Vendor shall assume the full duty, obligation, and expense of obtaining and maintaining necessary

insurance.

2.24.1 Insurance Coverage

The Vendor shall be fully liable to provide and maintain in force during the life of this Contract,

such insurance, including Public Liability Insurance, Product Liability Insurance, Auto Liability

Insurance, Workman’s Compensations and Employer’s Liability Insurance as will assure to The

District the protection contained in the foregoing indemnification provision undertaken by The

Vendor. Such policies shall be issued by United States Treasury-approved companies authorized

to do business in the State of Missouri, having agents upon whom service of process may be made

in The District’s name, and shall contain as a minimum, the following provisions, coverages, and

policy limits of liability.

2.24.2 General Liability

The Vendor will have General Liability Insurance as shall protect The District, The Vendor,

subcontractor, agents, and employees from claims for damages. The limits of liability provided by

such policy shall be no less than One Million Dollars ($1,000,000.00) per occurrence combined

single limit bodily injury and property damage, and an amount not less than Two Million Dollars

($2,000,000.00) for damages on account of all occurrences.

2.24.3 Product Liability

The Vendor will have Product Liability or Completed Operations Insurance with bodily injury

limits of liability of not less than One Million Dollars ($1,000,000.00) per person; One Million

Dollars ($1,000,000.00) per occurrence and Two Million Dollars ($2,000,000.00) aggregate.

2.24.4 Auto Liability

The Vendor will have Auto Liability Insurance with bodily injury limits of not less than One

Million Dollars ($1,000,000.00) per occurrence and property damage limits of not less than One

Million Dollars ($1,000,000.00).

2.24.5 Workman’s Compensation & Employer’s Liability

The Vendor will have Worker’s Compensation and Employer’s Liability Insurance with minimum

limits as required by the State of Missouri but in no case less than One Hundred Thousand Dollars

($100,000.00).

2.24.6 Claims

In any and all claims against The District or any of their agents or employees by any employee of

The Vendor, any subcontractor, or anyone directly or indirectly employed by any of the

contracting parties or anyone for whose acts any of them may be liable, the indemnification

obligation under paragraph 2.23 shall not be limited in any way by any limitation on the amount or

types of damages, compensation acts, disability benefit acts, or other employee benefit acts.

Page 12: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 12

2.24.7 Contractual Liability

The District shall not be responsible for loss or damages to vendor’s property either on or off The

District’s premise. The vendor is solely responsible for loss or damage to shipments and deliveries

of all equipment and materials until turnover of finished project. The vendor shall be one hundred

percent (100%) responsible for their personnel and personal property.

2.24.8 Personal Injury

The Vendor shall procure and maintain adequate personal injury insurance to protect the vendor’s

personnel and The District against damages for bodily injury including death that may arise from

operations under this contract. Also the Vendor’s insurance shall cover the Vendor’s

subcontractors, and/or anyone directly or indirectly employed by the Vendor.

2.25 Bonding

2.25.1 Performance and Payment Bonding

Within seven (7) days after notice of award, The Vendor is required to have valid Performance and

Payment Bonds in force covering the work performed up to the acceptance by The District. The

Bonds must be in the amount of one hundred (100) percent of the Contract amount, guaranteeing

to The District the completion and performance of the work covered in such as well as full

payment of all suppliers, agents, laborers, or subcontractors employed in the performance of the

project. Such Bonds shall be in a form and with a surety acceptable to The District and shall

provide for the protection of all persons supplying labor or materials used for the performance of

the work. Purchase order(s) will not be issued until on hundred (100) percent payment bonds are

received.

The Vendor agrees to keep such Bonds, or a replacement thereof, in force at all times during the

course of the performance under this project. In addition to the foregoing requirements, such

bonds shall contain provision, whether by attaching endorsements or supplemental agreements,

guaranteeing to The District the successful completion of the project. The Vendor may comply

with the requirements of this provision by causing said Bonds to specifically name The District as

one of the parties to whom the protection afforded by said Bonds is extended or as an alternate,

may furnish The District with a separate Performance Bond meeting the same criteria.

2.25.2 Missouri Sales Tax

The District is an educational institution and therefore exempt from state sales tax. Upon award of

the project, the Vendor will receive a Missouri Department of Revenue Form 149 (Sales and Use

Tax Exemption Certificate). The Vendor will also receive a copy of The District’s State of

Missouri tax exemption form to purchase materials for this project.

2.25.3 Qualification of Surety

The Performance and Payment Bonds must be executed by a Surety Company of recognized

standing, authorized to do business in the State of Missouri and having a resident agent in The

District’s city. The Surety Company shall hold a current certificate of authority as acceptable

surety on Federal Bonds, in accordance with U.S. Department of Treasury Circular 570, Current

Revision.

Page 13: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 13

2.25.4 Response Security

A Surety Bond, Certified Check, Cashier’s Check, Treasurer’s Check, or bank draft of any State or

National Bank representing five (5) percent of the total amount of The Vendor’s response must

accompany the response package. The bonding company must appear on the U.S. Treasury list.

Proposal securities will be retained until after award. No response will be considered unless

response security is submitted with the response package.

2.25.5 Release of Lien

Request for payment must be accompanied by a Contractor’s Affidavit and Certificate to be

executed with the Purchase Order.

2.26 Specific Statement of Need

The Vendor will provide, install, and configure a network to connect all facilities, classrooms, and offices

within the Belton School District. The Vendor will provide for all phases of the connectivity process to

include cabling, networking, and assistance with integration within the district.

2.26.1 General Specifications

Fiber Optic/Copper Cabling - Inside Plant

Install Fiber optic/Copper Cable as specified in RFP.

Ensure all cables meet manufactures specifications.

Provide OTDR test results for all Fiber optic cabling delivered in

written and optical media.

Provide Level II Certification test results for all Copper cabling delivered in

written and optical media.

Repair and/or replacement of any and all damaged property related to

the installation of the Local Area Network.

2.27 Proposal Preparation and Submission Requirements

Vendors must submit a complete response to this RFP in order to be considered. One original and three

copies of each proposal shall be submitted to The District no later than October 22, 2018, at 11:00am.

2.27.1 Proposal Preparation

2.27.1.1 All proposals must be signed by an authorized representative of the Vendor. All

information requested must be submitted. Failure to submit all information requested

may result in the exclusion of the submitted proposal from consideration, a lower score in

the evaluation of the proposal, or the reviewing parties requesting the missing

information.

2.27.1.2 Submitted proposals should be written in a concise simple manner, providing a

straight forward solution to the RFP. Respondents should focus upon providing the most

cost effective yet technologically sound solution to the district.

2.27.1.3 All submitted data, including information prepared for the district in response to

this RFP will exclusively belong to The District. The information will be open to public

inspection as required by law. Any trade secrets or proprietary information will not be

disclosed to the public; however, such information should be brought to the attention of

the district with adequate reason for such withholding.

Page 14: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 14

2.27.2 Oral Presentation

Respondents to the RFP may be required to give an oral presentation of their proposal to The

District. The purpose of the oral presentation will be for the Vendor to elaborate on their proposal

and to provide clarity for members of The District. No negotiation will take place at this

presentation. The time and date of the presentation, if required, will be announced. Oral

presentations are solely an option for the district and may or may not be conducted.

2.27.3 Specific Requirements

Vendors should provide a thorough and as detailed proposal as possible such that The District will

have the proper information by which to evaluate responses. Specifically, Vendors are required to

submit the following information as a complete proposal: The documents should be prepared,

labeled, and arranged as follows:

I Cover Letter

II Detailed Scope of Work

III Cost Breakout (Response Form)

IV References

V Background & Sex Offender Verifications

VI Formal Vendor response to RFP

VII Signature Page

VIII Additional Vendor Addendum (if required)

IX Vendor RCDD Resume

X Vendor Response Security (Bid Bond)

2.28 Evaluation and Award of Responses

The District may at its discretion and at no fee to The District, invite any Vendor to appear for questioning

during response evaluation for the purpose of clarifying statements in the response.

2.28.1 Right to Reject

The District reserves the right to accept or reject all proposals or sections thereof. In addition, The

District reserves the right to award without further discussion. Therefore, responses should be

submitted initially with the most favorable terms that The Vendor can propose.

2.28.2 Evaluation Criteria

The criteria for selection of The Vendor will entail several specific considerations. The District

reserves the right at any time to request documentation or additional information/clarification on

any of the following but not limited to: Vendor qualifications; Vendor understanding of the project

scope of work and overall goal; Vendor compliance with specifications detailed in RFP; Vendors

demonstrated ability to perform.

Page 15: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 15

2.28.3 Award of Project

The District will select and award the project to a single Vendor felt best meeting the evaluation

criteria. Price will not be the only consideration.

The District reserves the right to cancel this RFP, reject submitted proposals or portions of

proposals at any time prior to the awarding of the project. The District is not required to provide a

statement of reason as to why any proposal is deemed as not being most advantageous to the goals

of The District. The District is not obligated to commit to any products or services as a result of

the publication of this document. All proposed solutions will be presented to The District for final

approval.

2.29 Special Conditions

The facilities are academic in nature and thus activities in all customer facilities will not be interrupted by

The Vendor’s work activities. The computer systems associated with this work will not be taken off-line or

removed from service during normal working hours. Arrangements must be made by The Vendor to

coordinate any such activities. The Vendor will be required to work around all of the conditions listed

above as well as working with The District staff to minimize disruptions to normal customer activities.

2.29.1 Contract Modification

The Vendor agrees that all contract modifications (change orders) are to be submitted in writing to

the Project Coordinator no less than five (5) days before work on modified areas is to take place.

Any extension of contract dates will be discussed between the Project Manager and the Project

Coordinator and placed in writing on the contract modification. Price markup for contract

modifications shall not exceed five (5) percent of the comparable material and labor breakout on

the response form in section IV for the Prime Vendor and ten (10) percent for Subcontractors.

2.30 Cancellation

In the event provisions of the RFP are violated by The Vendor, The District may give written notice to The

Vendor stating the deficiencies and unless deficiencies are corrected within five (5) working days,

recommendations will be made to The District for immediate cancellation. The District reserves the right to

terminate immediately any contract resulting from this RFP for failure to correct deficiencies.

2.31 Performance Penalty

In the event the Vendor does not complete the project by March 22, 2019, The District reserves the right to

deduct from the final payment five hundred dollars ($500.00) per day until the project is complete.

2.32 Advertising

The Vendor agrees not to use the results from this RFP as a part of any commercial advertising without

prior written approval of The District.

Page 16: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 16

III. Technical Specifications

3.0 Cabling (General)

The following is a general set of specifications to connect each office and classroom in the District’s new

additions to the Belton High School to a Local Area Network (LAN) via Category 6 cabling. The copper

cable shall be terminated utilizing Hubbell (or equivalent) end-to-end solution. All copper cable is to be

routed to a modular rack-mounted termination enclosure located in one of the three (3) wiring closets as

labeled in the blueprints (section VI). The new wiring closets shall be linked to the existing main wiring

closet with 48-filament single-mode indoor plant fiber. The fiber shall be terminated utilizing LC-

connectors. All fiber is to be routed to a rack-mounted termination enclosure.

3.0.1 Protection/Concealment

All cabling (copper and fiber) will be installed on cable trays throughout the building. If there is

no existing cable tray the Vendor shall run cabling through the “Red Iron” of the building. If the

Vendor cannot install the cable in the “Red Iron” then the Vendor shall provide and install “J”

hooks and locate them as high as possible in the overhead. It is the Vendor’s responsibility to

insure that the fiber cable is armored plenum rated, if not it shall be installed within industry

standard innerduct sized according to the quantity of filaments routed. Any cabling traversing a

“firewall” must be sealed with fire rated caulk.

3.0.2 Service Loops

The Vendor shall place a 25-foot service loop located inside every wiring closet above the ceiling

grid in the “plenum” area for copper cabling. There shall also be a 15-foot service loop located in

the “plenum” area of each office and classroom for copper cabling. A 50-foot service loop located

inside every wiring closet above the ceiling grid in the “plenum” area is required for all Fiber optic

cabling.

3.0.3 Termination

Fiber optic cabling and copper cabling termination shall be made utilizing the manufacturer’s

specifications. All terminations will be installed by the vendor into an enclosure that is rack

mountable. All single mode fiber shall be terminated with LC Style connectors, and all copper

cable shall be terminated using an End-to-End Category 6 solution.

3.0.4 Identification and Labeling

All copper and fiber optic runs shall be labeled for easy identification. All copper runs shall be

labeled with wiring closet letter, patch panel letter, patch panel number for easy identification. All

patch panel ports and faceplates will be labeled with the corresponding drop number.

3.0.5 Testing and Documentation

All Fiber optic and copper cable runs shall be tested and documented according to manufacturer’s

instruction. The test results will meet industry standard and be given to The District upon

completion of this project.

Page 17: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 17

3.0.6 Delivery, Storage, and Handling

Delivery and receipt of products shall be at the site described in the “Request for Proposal” section

of this RFP. Cable shall be stored according to manufacturer’s recommendations as a minimum.

In addition, cable and other supplies must be stored in a location protected from vandalism and

weather. If the vendor wishes to have a trailer on site for storage of materials, arrangements shall

be made with the general contractor. Any excess material purchased by the District shall be left

with the Belton School District Technology Department upon completion of the project.

3.0.7 Cable Routes and Locations

All Fiber optic and copper cabling shall be placed according to the drawings included in this RFP

(section VII). Any deviations of route(s) must be approved by The District.

3.0.8 Return, Damages, and Release

The job site shall be returned to the condition it was found. All material waste shall be picked up

and disposed of properly. All ceiling tile shall be returned to the proper location if moved to

access above the ceiling. Any damages to the job site might incur costs with the construction

contractor or The District. The construction contractor and The District shall do a walk through

after The Vendor has finished installation to check for compliance to this section and sign off on a

release.

3.1 Cabling (Specific)

3.1.1 Fiber Cabling

The fiber optic cable used to connect each wiring closet shall consist of forty-eight (48) filament

indoor single-mode armored plenum plant (OCC-part number DX048KSLX9YPI6 or equivalent).

The fiber optic plant shall be mounted in a rack-mounted termination enclosure (Hubbell-part

number FCR1U3SP or equivalent). All filaments will be terminated with LC connectors and tested

according to manufacturer’s instruction. The vendor will also allow fifty (50) foot of coiled

service loop in each closet.

3.1.2 Copper Cabling

The copper cable used to connect each office and classroom to the wiring closet(s) will be plenum

rated yellow Category 6 cabling (Mohawk 6 LAN Category 6-part # M58283 or equivalent). The

vendor will be expected to install and terminate plenum rated Category 6 cabling to all locations

(147 cables in section A (drawing E2.1), 33 cables in section B (drawing E2.2), 30 cables in

section C (drawing E2.3), 57 cables in section D (drawing E2.4), and 45 cables in section E

(drawing E2.5), for a total of 312 cables) as marked on the blueprints. The cable is to be

terminated on the station end using red Hubbell Category 6 inserts (Hubbell Xcelerator Category 6

modular jacks-part number HXJ6R or equivalent) and six (6) position faceplates (Hubbell

INFINePLATE-part number IFP16EI or equivalent). All empty positions in faceplate must be

filled with faceplate blanks (Hubbell Snap-Fit, Keystone blanks-part number SFBE10 or

equivalent). All faceplates and faceplate blanks shall be Electric Ivory in color. Cable on the

closet end shall be terminated using red Hubbell Category 6 inserts (Hubbell Xcelerator Category

6 modular jacks-part number HXJ6R or equivalent) into Hubbell Angled Patch Panels (Hubbell

CAT6 48-port angled patch panel-part number HP648A or equivalent). All patch panels shall be

mounted to 19” black equipment racks with 6” wide vertical cable management organizers

(Hubbell 19” equipment rack with 6” wide ‘Z’ Channels part # CS1976 or equivalent). All above

ceiling network drops shall be terminated and placed in a 2-port surface mount box (Hubbell 2-

port surface mount box-part number ISB2EI or equivalent) and attached to the “red iron.”

Page 18: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 18

IV MATERIALS LIST

1. Fiber Optic Cable - 48 filament indoor single-mode armored plenum plant (OCC-part

number DX048KSLX9YPI6 or equivalent).

http://www.occfiber.com/product/d-series-distribution-interlocking-armor-ila-plenum-rated-

cables/

2. Fiber Optic Cable Rack-Mount Termination Enclosure – (Hubbell-part number

FCR1U3SP or equivalent).

https://www.hubbell.com/hubbellpremisewiring/en/Products/Data-Communications/Racks-

and-Enclosures/Fiber/Rack-Mount/FCR1U3SP/p/1743954

3. Network Cable - Plenum rated yellow Category 6 cabling (Mohawk 6 LAN Category 6-part #

M58283 or equivalent).

http://www.mohawk-cable.com/products/copper/cat-6#four

4. Network Jacks - red Hubbell Category 6 inserts (Hubbell Xcelerator Category 6 modular

jacks or equivalent).

http://ecatalog.hubbell-premise.com/LiteraturePDFs/C-26.pdf

5. Faceplates - 6 position faceplates (Hubbell INFINePLATE-part number IFP16EI or

equivalent).

https://www.hubbell.com/hubbell/en/OHW/Data-Communications/Plates-Frames-

Housings/Plates/Faceplates/IFP16EI/p/1641925

6. Faceplate Blanks - faceplate blanks (Hubbell Snap-Fit, Keystone blanks-part number

SFBE10 or equivalent).

https://www.hubbell.com/hubbell/en/OHW/Data-

Communications/AudioVideo/Connectors/Keystone-Snap-Fit/SFBE10/p/165816

7. CAT6 Patch Panel - Angled Patch Panel (Hubbell CAT6 48-port angled patch panel-part

number HP648A or equivalent).

http://ecatalog.hubbell-

premise.com/productinformation/specsheets/3C/Live/PDF/HP648A_cart.pdf

8. Network Rack - 19” black equipment rack with 6” wide vertical cable management

organizers (Hubbell 19” equipment rack with 6” wide ‘Z’ Channels part # CS1976 or

equivalent).

https://hubbellcdn.com/specsheet/PREMISE_CS1976_spec.pdf

9. Surface Mount Box - 2-port surface mount box (Hubbell 2-port surface mount box-part

number ISB2EI or equivalent).

http://ecatalog.hubbell-

premise.com/productinformation/specsheets/3C/Live/PDF/ISB2EI_cart.pdf

Page 19: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 19

V RESPONSE FORM

A. Fiber Optic Cable (Section A to Existing Main Closet)

1. Footage

2. Materials list and cost

3. Labor time and cost

Total Cost for A

B. Fiber Optic Cable (Section C to Existing Main Closet)

1. Footage

2. Materials list and cost

3. Labor time and cost

Total Cost for B

C. Fiber Optic Cable (Section D to Existing Main Closet)

1. Footage

2. Materials list and cost

3. Labor time and cost

Total Cost for C

D. Copper Cable (Section A – 147 Cables)

1. Footage

2. Materials list and cost

3. Labor time and cost

Total Cost for D

E. Copper Cable (Section B – 33 Cables)

1. Footage

2. Materials list and cost

3. Labor time and cost

Total Cost for E

F. Copper Cable (Section C – 30 Cables)

1. Footage

2. Materials list and cost

3. Labor time and cost

Total Cost for F

G. Copper Cable (Section D – 57 Cables)

1. Footage

2. Materials list and cost

3. Labor time and cost

Total Cost for G

H. Copper Cable (Section E – 45 Cables)

1. Footage

2. Materials list and cost

3. Labor time and cost

Total Cost for H

Total material cost from A through H combined.

Total Labor time and cost from A through H combined.

Total Price of project.

Page 20: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Page: 20

VI LOCATION ADDRESSES

Belton School District Central Office

110 West Walnut Street

Belton, MO 64012

Belton High School

801 West North Avenue

Belton, MO 64012

Belton School District Maintenance/Technology Center

314 South Cleveland Avenue

Belton, MO 64012

McCownGordon Construction

422 Admiral Boulevard

Kansas City, MO 64106

Page 21: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

Drawing Color Legend

Color Shape DescriptionTotal Number of Cables

TotalsSection A (E2.1) Section B (E2.2) Section C (E2.3) Section D (E2.4) Section E (E2.5)

Circle 1 in wall CAT6 data drop 70 0 0 0 0 70Circle 2 in wall CAT6 data drops 8 14 10 32 24 88Circle 2 above ceiling CAT6 data drops 64 6 4 8 10 92Circle 1 above ceiling CAT6 data drop 5 13 16 17 11 62

Square New Data Closet 1 0 1 1 0 3Square Existing Data Closet N/A N/A N/A N/A N/A N/A

Line New Fiber Optic Cable Route N/A N/A N/A N/A N/A N/ATotal Network Drops 147 33 30 57 45 312

Rev. 1 MTS 05172018

Page 22: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

DN

UP

DN

ABC UP

UP

DN

FA

CP

VC

CARP

NAC

J

NA

C

"LP5"

OFFICE

102A

SPEDCLASSROOM

103A

SPEDCLASSROOM

105A

SPEDCLASSROOM

104A

DRESSINGB

116B

MATHCLASSROOM

106A

MATHCLASSROOM

108A

SCIENCE

107A

SCIENCE

136A

SCIENCE

131ASCIENCE

111A

MATHCLASSROOM

112A

CLASSROOM

129A

CLASSROOM

113A

LACLASSROOM

126A

LACLASSROOM

125A

CLASSROOM

124A

CLASSROOM

123A

SSCLASSROOM

122A

SSCLASSROOM

121A

SSCLASSROOM

119A

PREPARATION

109A

ART

132A

SCRUBBER

138A

ACADSTUDYHALL

130A

ACADSTUDYHALL

128A

VEST

120A

VEST

127A

MENS

116A

WOMENS

117A

JAN

118A

CORRIDOR

140A

CORRIDOR

142A

CORRIDOR

141A

EASTBLEACHERS

100.3D

COACHESOFFICE

111D

WOMENSLOCKERS

109D

WOMENSTOILET

108D

MENSTOILET

106D

MENSLOCKERS

105D

COACHESOFFICE

103D

AV/DATA

102D

CORR.

115D

TIMING

102C

POOLEQPT.

103C

SANITIZERROOM

104C JAN

109C

WOMENSTLT.

108CSTOR.

110C MENS TLT.

111C

MENSWASH

112C

WOMENSWASH

107C

WOMENSLOCKER

106C

MENSLOCKER

113C

VEST.

113.1C

VEST.

107C

ELECTRICAL

117C

VEST.

116C

CORR.

114C

CORR

115C

CORR.

105C

MECHANICAL

118C

FIELDHOUSE

100D

CORRIDOR

101D

CORRIDOR

113D

STAIRS

114D

CONCESSIONS

118D

STAIR

121D

SPIRITSTORE

120D

STOR.

119D

CORRIDOR

122DWOMENS

TLT.

123D

WOMENSWASHRM

125D

WOMENSTLT.

126D

JAN.

128D

MENSWASHRM

129D

MENS TLT.

130D

TLT.

123C

WRESTLINGLOCKERS

121C

AQUATICSSTORAGE

120C

CORR -EXISTBLDG

124C

AV EQUIP

102B

DRESSINGA

113B

STAGE

110B

MAKEUP/GREENROOM

112B

STORAGE

106BCONTROL

104B

STAGESHOP

117B

POOL

100C

LOBBY

117D

ELEC.

113E

STOR

112E

STOR

111E

STOR

110E

CORRIDOR

109E

GENOFFICE

106E

COUNSELOR

103E

VESTIBULE

100E

CORRIDOR

139A

CHASE

143A

TLT

114B

VEST.

118B

TLT

115B

DATA

115A

ELECTRICAL

114A

ART STOR

134A

KILN

133A

ELEV

144D

EXISTINGW.

LOCKERS

148D

STAGEVEST

111B

CHAIR LIFT

108B

HALL

103BHALL

105B

ASSIST.PRINCIPAL

105E

COUNSELOR

102E

CONFERENCE

101E

?

?

RECEPTION

100A

STORAGE

137A

STAFF TLT

135A

STAFF TLT

110A

"HP10"

"TF10"

"LP10"

"TF-V"

"LPV"

"TF-A1""LPA1"

"HPA1""HPA3"

MSB-A

"LPA3"

"HP4"

"LP4" "TF4"

"HP5""LCP1"

EXISTING "MSB"

EXISTING FIREALARM CONTROLPANEL.

EXISTING INTERCOM SYSTEM

NEW MASS NOTIFICATIONVOICE CONSOLE

COORDINATE LOCATION OF EXISTING SLEEVES THROUGH STORM SHELTER WALLS FOR NEWAV CABLING. SHOULD NEW CONDUITS BE REQUIRED, MAXIMUM ALLOWED DIAMETER OF

HOLE DRILLED THROUGH STORM SHELTER WALL IS 1.5-INCHES.

INSTALL NEW CONDUITFROM ABOVE OFFICE

ACCESSIBLE CEILING TONEW DEVICES FOR AV

SYSTEM. REFER TO AVDRAWINGS.

INSTALL NEW SLEEVESABOVE ACCESSIBLECORRIDOR AND OFFICECEILINGS FOR NEW AVSYSTEM CABLING.

INSTALL NEW CONDUITFROM ABOVE CORRIDORACCESSIBLE CEILING TO

NEW DEVICES FOR AVSYSTEM. REFER TO AV

DRAWINGS.

"EXISTINGTF3"

"EXISTINGHP3"

"EXISTINGLP3"

"TF6"

EXISTING

EXISTING EXISTING

EXISTING

EXISTING

EXISTING

EXISTING

"NV4"

"LPA3"27

"LPA3"29

"LP1"

"TF1"

"LP1"60

PROVIDE POWER FOR ALL ADDITIONAL FIRESPRINKLER VALVES AND TAMPER SWITCHES.CIRCUIT TO PANEL "LP1" AND USE AVAILABLE20AMP 120V SPARE BREAKER.

E-2007027773

NUMBER

R. THOME

MICHAELI

RUOSSIMFOETATSRE

GI

ST

ER

EDP RO F E S S I O N A L

EN

GI N

EE

R

A CB O L A N DA R C H I T E C T S

I

© 2017 ACI/BOLAND, Inc

Date

Job Number

Drawn By

Checked By

1710 Wyandotte

Kansas City, MO 64108

T: 816.763.9600 F: 816.763.9757

ACI/Boland, Inc.

Kansas City | St. Louis

Licensee's Certificate of Authority Number:

Schafer, Kline & Warren, Inc.

11250 Corporate Ave.

Lenexa, Kansas 66129

Licensee's Certificate of Authority Number:

Missouri: F00139850

Phone Number: 913-888-7800

CIVIL CONSULTANT

Norton & Schmidt Consulting Engineers, LLC

311 E. 11th Avenue

North Kansas City, Missouri 64116

Licensee's Certificate of Authority Number:

Missouri: E-200801976

Phone Number: 816-421-1956

STRUCTURAL CONSULTANT

Malone, Finkle, Eckhardt & Collins

7780 W. 119th St.

Overland Park, Kansas 66213

Licensee's Certificate of Authority Number:

Missouri: 001075

Phone Number: 913-322-1400

MEP CONSULTANT

4/1

1/2

018 6

:57:2

0 A

MC

:\U

sers

\kham

mers

chm

idt\D

ocum

ents

\AC

IB_B

HS

E_M

EP

_2016_kham

mers

chm

idt.

rvt

80

1 W

. N

ort

h A

ve

Be

lton

, M

O 6

40

12

10/19/2017

City Set 01-08-18

3-16003

ALH

TPM

AC

I B

ola

nd A

rchitects

E1.0

OVERALL ELECTRICAL PLAN

Add

itio

ns to B

elton

Hig

h S

cho

ol

SCALE: 1" = 20'-0"E1.0

1 FIRST FLOOR OVERALL ELECTRICAL PLAN

GENERAL NOTES:H REFER TO THE MECHANICAL DRAWINGS FOR EXACT

LOCATIONS AND QUANTITY OF ALL MECHANICALEQUIPMENT AND FIRE/SMOKE AND/OR SMOKE DAMPERS.LOCATIONS AND QUANTITY SHOWN ON THE ELECTRICALDRAWINGS ARE APPROXIMATE AND MAY NOT REFLECTFINAL POSITION OR QUANTITY.

I ELECTRICAL CONTRACTOR SHALL PROVIDE FINALCONNECTION TO ALL MECHANICAL EQUIPMENT. WHEREEQUIPMENT IS SHOWN ON THE MECHANICAL PLANS, BUTNOT SHOWN ON THE ELECTRICAL PLANS, ELECTRICALCONTRACTOR SHALL PROVIDE POWER TO THE EQUIPMENTBASED ON EQUIPMENT REQUIREMENTS AND INCLUDE ALLCOSTS IN THE BASE BID.

J LOCATION SHOWN OF ELECTRICAL CONNECTION TOMECHANICAL EQUIPMENT IS SCHEMATIC AND MAY NOTREFLECT ACTUAL CONNECTION POINTS. ROUGH-IN ANDCONNECTION TO EQUIPMENT SHALL BE PER THEEQUIPMENT MANUFACTURER'S REQUIREMENTS AND THENATIONAL ELECTRICAL CODE. PROVIDE STRUCTURALSUPPORTS AS REQUIRED FOR MOUNTING OFDISCONNECTING MEANS. VERIFY ALL ROUGH-INREQUIREMENTS WITH THE MECHANICAL CONTRACTOR ANDEQUIPMENT MANUFACTURER PRIOR TO ANY ROUGH-IN.

K PROVIDE FINAL CONNECTION TO ALL EQUIPMENT,INCLUDING ANY CORD AND PLUG SETS FOR EQUIPMENTNOT PROVIDED WITH IT (WHETHER SPECIFICALLY NOTEDOR NOT). COORDINATE ALL WORK WITH THE EQUIPMENTSUPPLIER AND OWNER; AND VERIFY ALL ROUGH-INLOCATIONS AND REQUIREMENTS PRIOR TO ANY ROUGH-IN.

L REFER TO AV AND THEATRICAL DRAWINGS FOR ADDITIONALCONDUIT, BOX AND ROUGH-IN REQUIREMENTS.INFORMATION INCLUDED ON ELECTRICAL DRAWINGS MAYNOT INCLUDE ALL NECESSARY DEVICES AND LOCATIONSREQUIRED BY AV AND THEATRICAL DRAWINGS.

GENERAL NOTES:A THESE GENERAL NOTES APPLY TO ALL ELECTRICAL AND

SPECIAL SYSTEMS DRAWINGS. REFER TO DIVISION 26SPECIFICATIONS FOR ADDITIONAL ELECTRICAL ANDSPECIAL SYSTEMS SPECIFICATIONS AND REQUIREMENTS.

B PROVIDE PULL BOXES AS REQUIRED TO PROPERLY INSTALLTHE RACEWAYS AND CIRCUITS INDICATED.

C REFER TO ARCHITECTURAL DRAWINGS FOR TYPICAL ROOMINTERIOR ELEVATIONS. COORDINATE EXACT DEVICELOCATIONS AND MOUNTING HEIGHTS WITH ARCHITECTPRIOR TO ROUGH-IN.

D ALL EMPTY CONDUITS SHALL BE PROVIDED WITHROT-PROOF PULL-TAPE, LABELED AT EACH END. ALLCONDUITS SHALL BE PROVIDED WITH PLASTIC BUSHINGSWHERE TERMINATED OPEN-ENDED.

E COORDINATE ALL WIRING DEVICE LOCATIONS SHOWN ATMILLWORK LOCATIONS WITH THE MILLWORK CONTRACTORAND GENERAL CONTRACTOR PRIOR TO ANY ROUGH-IN ORINSTALLATION. ALL WIRING DEVICES SHALL BE INSTALLEDIN ACCESSIBLE LOCATIONS AND SHALL NOT BECONCEALED.

F SEAL ALL PENETRATIONS THROUGH FIRE-RATEDASSEMBLIES AS NECESSARY TO RESTOREFIRE-RESISTANCE RATING OF ASSEMBLY. REFER TOARCHITECTURAL PLANS AND SPECIFICATIONS FOR RATEDASSEMBLIES, FIRE STOPPING MATERIALS, ANDREQUIREMENTS.

G EACH CONTRACTOR AND SUB-CONTRACTOR OR TRADE ISREQUIRED TO REVIEW THE CONSTRUCTION DOCUMENTS ASA WHOLE, INCLUDING ALL OTHER TRADES’ DRAWINGS ANDPROVIDE ANY MISC. ITEMS, MATERIALS, WORK, ETC.REQUIRED TO COMPLETE THE WORK AS SHOWN ON ALLDOCUMENTS. THIS REQUIREMENT APPLIES TO ALL TRADES.STRUCTURAL, MECHANICAL, ELECTRICAL, PLUMBING,EQUIPMENT VENDORS, ETC. REQUIREMENTS AND RELATEDWORK ARE INDICATED THROUGHOUT THE DOCUMENTS ANDSHOULD BE REVIEWED WITH THE SPECIFIC MEP,STRUCTURAL, ARCHITECTURAL, AND EQUIPMENTDRAWINGS FOR OVERALL SCOPE OF WORK.

EXISTING FIRESPRINKLER ROOM

Revision

Number Date Description

2 10/19/2017 ADDENDUM #2

tshaw
Rectangle
tshaw
Rectangle
tshaw
Rectangle
tshaw
Rectangle
tshaw
Rectangle
tshaw
Rectangle
tshaw
Rectangle
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
tshaw
Line
Page 23: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

T T

JT

30

T T

T T

T T

T

T

J

J J

T

T

TT

T

T

T

T

T

T

T

TT

T T

T

T

T

J

NAC

D DD

D

DD

DD

DD

D

DD

50

JJ

JJ

J

J

ART

132A

OFFICE

102A

SPEDCLASSROOM

103A

SPEDCLASSROOM

105A

SPEDCLASSROOM

104A

MATHCLASSROOM

106A

MATHCLASSROOM

108A

SCIENCE

107A

SCIENCE

136A

SCIENCE

131A

SCIENCE

111A

MATHCLASSROOM

112A

CLASSROOM

129A CLASSROOM

113A

LACLASSROOM

126A

LACLASSROOM

125A CLASSROOM

124A

CLASSROOM

123A

SSCLASSROOM

122A

SSCLASSROOM

121A

SSCLASSROOM

119A

PREPARATION

109A

SCRUBBER

138A

ACADSTUDYHALL

130A

ACADSTUDYHALL

128A

VEST

120AVEST

127A

MENS

116A

WOMENS

117A

JAN

118A

CORRIDOR

140A

CORRIDOR

142A

CORRIDOR

141A

CORRIDOR

139A

CHASE

143A

DATA

115A

ELECTRICAL

114A

ART STOR

134A

KILN

133A

STORAGE

137A

STAFF TLT

135A

STAFF TLT

110A

AC AC

AC

AC

44" 44"

AC AC AC AC

OFFICE

101A

RECEPTION

100A

AC

AC

NEMA 5-30

1

11

1

1

AC

AC

AC AC AC AC AC

AC

1 11

1

1

"HP10"

"TF10"

"LP10"

AC

AC

AC

AC

AC

AC

AC

AC AC AC

AC

AC

AC

AC

AC

AC

AC

AC

AC AC AC

AC

AC

ACAC

ACAC

AC AC AC

AC

AC

AC

AC

AC

AC

AC AC

AC

AC

AC

AC

AC

AC

AC

AC

AC AC

AC AC

AC AC

AC

"TGB"

WPI

WPIWPI

WPI

"VFC2-2"

"VFC2-4"

2

2

2

2

2 2

2

2

2

2

2

"VFC1-6"

"VFC1-7"

2

2

2

3 3

33

"VFC2-5" "VFC1-10"

"VFC1-8""VFC2-3"

2 2

2

2

2

22

2

"VFC1-5"

"VFC1-1"

"VFC1-2"

"VFC1-3""VFC1-4"

"VFC1-9"

"VFC1-11"

"VFC2-7" "VFC1-14"

"VFC1-16"

"VFC1-15"

"VFC1-13"

"VFC1-12"

"VFC2-12""VFC1-17"

"VFC2-11""VFC2-10"

"VFC2-9""VFC2-8"

"WH1"

"VFC2-1"

"VFC2-6"

"VFC2-13"

"LP5"84

"LP10"1

"LP10"3

"LP10"5

"LP10"7

"LP10"9

"LP10"13

"LP10"15

"LP10"2

"LP10"4

"LP10"6

"LP10"8

"LP10"10

"LP10"12

"LP10"14

"LP10"16

"LP10"20

"LP10"22

"LP10"30

"LP10"26

"LP10"36

"LP10"32

"LP10"19

"LP10"21

"LP10"80

(TIE)

"LP10"23

(TIE)

"LP10"23

(TIE)

"LP10"24

"LP10"46

"LP10"48

"LP10"50

"LP10"52

"LP10"54

"LP10"56

"LP10"58

"LP10"60

"LP10"62

"LP10"64

"LP10"66

"LP10"68

"LP10"70"LP10"

74

"LP10"76

"LP10"78

"LP10"25

"LP10"31

"LP10"33

"LP10"29

"LP10"117

"LP10"121

"LP10"123

"LP10"125

"LP10"119

"LP10"41

"LP10"43

"LP10"45

"LP10"47

"LP10"49

"LP10"51

"LP10"53

"LP10"55

"LP10"57

"LP10"59

"LP10"63

"LP10"61

"LP10"65

"LP10"67

"LP10"69

"LP10"71

"LP10"75

"LP10"83

"LP10"87

"LP10"85

"LP10"89

"LP10"93

"LP10"91

"LP10"97

"LP10"99

"LP10"101

"LP5"76

"LP5"94

(TIE)

"LP10"88,90

(TIE)

"LP10"88,90

"LP10"17

"LP10"11

"LP10"72

(TIE)

"LP10"92,94

"LP10"100,102

"LP10"18

(TIE)

"LP10"24

"LP10"104,106

"LP10"73

"LP10"103

"LP10"124

(TIE)

"LP10"115

"LP5"122

"LP5"124

"LP5"126

"LP5"118

"LP5"116

"LP5"120

"LP5"110 "LP5"

112

"LP5"114

"LP5"108

"LP5"106

"LP5"102

"LP5"104

"LP5"123,125

44

44

55

55

6

6

6

6

6

6

6

6

666

6

6

6

6

6 6

7

7

7

7

"LP5"82

(TIE)

"LP10"92,94

(TIE)

"LP10"115

5

"LP10"95

(TIE)

"LP10"96,98

(TIE)

"LP10"96,98

4

"LP10"34

"LP10"28

"LP10"84,86

"LP10"27

88

8

88

(TIE)

"LP10"35

(TIE)

"LP10"35

(TIE)

"LP10"35

88(TIE)

"LP10"39

(TIE)

"LP10"39

8

8

8

(TIE)

"LP10"37

8

88

(TIE)

"LP10"37

9

"LP10"77,79,81

"LP10"82

INSTALL RECEPTACLEADJACENT TO KILNEXHAUST SYSTEM

BELOW CEILING.

COORDINATE EXACTPOWER REQUIREMENTSWITH KILN PROVIDED BY

OWNER.

"P1"

"LP5"80

"VBS1-2"

"VBS2-3"

"VBS2-1"

"VBS2-2"

"VBS1-1"

"VBS1-3"

(TIE)

"LP10"96,98

(TIE)

"LP10"92,94

10

10

"LP10"108,110

"LP10"112,114

10

10

"LP10"116,118

"LP10"120,122

"EUH1"

AC

AC

AC

"EUH2"

"HP10"39

"HP10"41

COORDINATE POWERREQUIREMENTS WITH DOORHARDWARE PROVIDER.

"LP5"41

GASCONTROLSYSTEMPANEL

"LP10"126

NORTHKEY PLAN

A

E-2007027773

NUMBER

R. THOME

MICHAELI

RUOSSIMFOETATSRE

GI

ST

ER

EDP RO F E S S I O N A L

EN

GI N

EE

R

A CB O L A N DA R C H I T E C T S

I

© 2017 ACI/BOLAND, Inc

Date

Job Number

Drawn By

Checked By

1710 Wyandotte

Kansas City, MO 64108

T: 816.763.9600 F: 816.763.9757

ACI/Boland, Inc.

Kansas City | St. Louis

Licensee's Certificate of Authority Number:

Schafer, Kline & Warren, Inc.

11250 Corporate Ave.

Lenexa, Kansas 66129

Licensee's Certificate of Authority Number:

Missouri: F00139850

Phone Number: 913-888-7800

CIVIL CONSULTANT

Norton & Schmidt Consulting Engineers, LLC

311 E. 11th Avenue

North Kansas City, Missouri 64116

Licensee's Certificate of Authority Number:

Missouri: E-200801976

Phone Number: 816-421-1956

STRUCTURAL CONSULTANT

Malone, Finkle, Eckhardt & Collins

7780 W. 119th St.

Overland Park, Kansas 66213

Licensee's Certificate of Authority Number:

Missouri: 001075

Phone Number: 913-322-1400

MEP CONSULTANT

4/1

1/2

018 6

:58:3

4 A

MC

:\U

sers

\kham

mers

chm

idt\D

ocum

ents

\AC

IB_B

HS

E_M

EP

_2016_kham

mers

chm

idt.

rvt

80

1 W

. N

ort

h A

ve

Be

lton

, M

O 6

40

12

10/19/2017

City Set 01-08-18

3-16003

ALH

TPM

AC

I B

ola

nd A

rchitects

E2.1

AREA A - ELECTRICAL PLANS

Add

itio

ns to B

elton

Hig

h S

cho

ol

SCALE: 1/8" = 1'-0"E2.1

1 FIRST FLOOR ELECTRICAL PLAN - AREA A

GENERAL NOTES:A THESE GENERAL NOTES APPLY TO ALL ELECTRICAL AND

SPECIAL SYSTEMS DRAWINGS. REFER TO DIVISION 26SPECIFICATIONS FOR ADDITIONAL ELECTRICAL AND SPECIALSYSTEMS SPECIFICATIONS AND REQUIREMENTS.

B PROVIDE PULL BOXES AS REQUIRED TO PROPERLY INSTALL THERACEWAYS AND CIRCUITS INDICATED.

C REFER TO ARCHITECTURAL DRAWINGS FOR TYPICAL ROOMINTERIOR ELEVATIONS. COORDINATE EXACT DEVICE LOCATIONSAND MOUNTING HEIGHTS WITH ARCHITECT PRIOR TO ROUGH-IN.

D ALL EMPTY CONDUITS SHALL BE PROVIDED WITH ROT-PROOFPULL-TAPE, LABELED AT EACH END. ALL CONDUITS SHALL BEPROVIDED WITH PLASTIC BUSHINGS WHERE TERMINATEDOPEN-ENDED.

E COORDINATE ALL WIRING DEVICE LOCATIONS SHOWN ATMILLWORK LOCATIONS WITH THE MILLWORK CONTRACTOR ANDGENERAL CONTRACTOR PRIOR TO ANY ROUGH-IN ORINSTALLATION. ALL WIRING DEVICES SHALL BE INSTALLED INACCESSIBLE LOCATIONS AND SHALL NOT BE CONCEALED.

F SEAL ALL PENETRATIONS THROUGH FIRE-RATED ASSEMBLIESAS NECESSARY TO RESTORE FIRE-RESISTANCE RATING OFASSEMBLY. REFER TO ARCHITECTURAL PLANS ANDSPECIFICATIONS FOR RATED ASSEMBLIES, FIRE STOPPINGMATERIALS, AND REQUIREMENTS.

G EACH CONTRACTOR AND SUB-CONTRACTOR OR TRADE ISREQUIRED TO REVIEW THE CONSTRUCTION DOCUMENTS AS AWHOLE, INCLUDING ALL OTHER TRADES’ DRAWINGS ANDPROVIDE ANY MISC. ITEMS, MATERIALS, WORK, ETC. REQUIREDTO COMPLETE THE WORK AS SHOWN ON ALL DOCUMENTS. THISREQUIREMENT APPLIES TO ALL TRADES. STRUCTURAL,MECHANICAL, ELECTRICAL, PLUMBING, EQUIPMENT VENDORS,ETC. REQUIREMENTS AND RELATED WORK ARE INDICATEDTHROUGHOUT THE DOCUMENTS AND SHOULD BE REVIEWEDWITH THE SPECIFIC MEP, STRUCTURAL, ARCHITECTURAL, ANDEQUIPMENT DRAWINGS FOR OVERALL SCOPE OF WORK.

H REFER TO THE MECHANICAL DRAWINGS FOR EXACT LOCATIONSAND QUANTITY OF ALL MECHANICAL EQUIPMENT ANDFIRE/SMOKE AND/OR SMOKE DAMPERS. LOCATIONS ANDQUANTITY SHOWN ON THE ELECTRICAL DRAWINGS AREAPPROXIMATE AND MAY NOT REFLECT FINAL POSITION ORQUANTITY.

I ELECTRICAL CONTRACTOR SHALL PROVIDE FINAL CONNECTIONTO ALL MECHANICAL EQUIPMENT. WHERE EQUIPMENT IS SHOWNON THE MECHANICAL PLANS, BUT NOT SHOWN ON THEELECTRICAL PLANS, ELECTRICAL CONTRACTOR SHALL PROVIDEPOWER TO THE EQUIPMENT BASED ON EQUIPMENTREQUIREMENTS AND INCLUDE ALL COSTS IN THE BASE BID.

J LOCATION SHOWN OF ELECTRICAL CONNECTION TOMECHANICAL EQUIPMENT IS SCHEMATIC AND MAY NOT REFLECTACTUAL CONNECTION POINTS. ROUGH-IN AND CONNECTION TOEQUIPMENT SHALL BE PER THE EQUIPMENT MANUFACTURER'SREQUIREMENTS AND THE NATIONAL ELECTRICAL CODE.PROVIDE STRUCTURAL SUPPORTS AS REQUIRED FORMOUNTING OF DISCONNECTING MEANS. VERIFY ALL ROUGH-INREQUIREMENTS WITH THE MECHANICAL CONTRACTOR ANDEQUIPMENT MANUFACTURER PRIOR TO ANY ROUGH-IN.

K PROVIDE FINAL CONNECTION TO ALL EQUIPMENT, INCLUDINGANY CORD AND PLUG SETS FOR EQUIPMENT NOT PROVIDEDWITH IT (WHETHER SPECIFICALLY NOTED OR NOT). COORDINATEALL WORK WITH THE EQUIPMENT SUPPLIER AND OWNER; ANDVERIFY ALL ROUGH-IN LOCATIONS AND REQUIREMENTS PRIORTO ANY ROUGH-IN.

L REFER TO AV AND THEATRICAL DRAWINGS FOR ADDITIONALCONDUIT, BOX AND ROUGH-IN REQUIREMENTS. INFORMATIONINCLUDED ON ELECTRICAL DRAWINGS MAY NOT INCLUDE ALLNECESSARY DEVICES AND LOCATIONS REQUIRED BY AV ANDTHEATRICAL DRAWINGS.

M SHOULD WORK REQUIRE PENETRATIONS THROUGH FEMASTRUCTURE, OPENINGS CREATED THROUGH WALL OR ROOFSHALL BE LESS THAN 1.5-INCHES IN DIAMETER. NO OPENINGSLARGER THAN 1.5-INCHES IN DIAMETER SHALL BE ALLOWED,UNLESS APPROVED BY DESIGN ENGINEER AND PROVIDED WITHADDITIONAL OPENING PROTECTIONS.

N OWNER SHALL HAVE FIRST RIGHT OF REFUSAL FOR ALLCOMPONENTS REMOVED.

O ALL CONDUIT, FEEDERS, CABLING AND OTHER COMPONENTSLOCATED WITHIN NATATORIUM SHALL BE INSTALLED PERSECTION 680 OF THE NEC.

P IN AQUATICS CENTER, GROUND ALL METAL COMPONENTSLOCATED WITHIN EXTENTS OF POOL AND WITHIN 5FT OF EDGEOF POOL AS REQUIRED BY NEC ARTICLE 680. BOND #8 SOLIDCOPPER BONDING CONDUCTOR TO ALL METAL COMPONENTS.COORDINATE REQUIREMENTS WITH NATATORIUM DESIGNER.

Q AT ALL AV AND DATA RACK LOCATIONS GROUND RACK TONEAREST DATA CLOSET TGB. REFER TO TELECOMMUNICATIONGROUNDING DETAIL

R PROVIDE EACH FAN COIL (VFC) AND BRANCH SELECTOR (VBS)WITH16A 230V MANUAL MOTOR CONTROL TOGGLE SWITCH.INSTALL ABOVE CEILING ADJACENT TO THE EQUIPMENT.PROVIDE NEMA 1 ENCLOSURE AND WORKING CLEARANCE PERNEC REQUIREMENTS. PROVIDE STRUCTURAL SUPPORTS ANDSECURE SWITCH TO STRUCTURE.

S WHERE EXISTING LIGHTING FIXTURES AND WIRING DEVICES AREREMOVED FROM EXTERIOR OF BUILDING. REMOVE ALL WIRINGASSOCIATED WITH DEVICE, PATCH AND REPAIR STRUCTURE TOREMAIN PER ARCHITECTURAL REQUIREMENTS.

PLAN HEX NOTES:1 ELECTRIC WATER COOLER. INSTALL RECEPTACLE CONCEALED

IN HOUSING, REFER TO MANUFACTURER'S REQUIREMENTS ANDARCHITECTURAL ELEVATIONS FOR LOCATION.

2 RECEPTACLE INSTALLED IN CEILING FOR PROJECTOR. REFERTO CLASSROOM A/V WIRING DETAIL. VERIFY EXACT LOCATIONOF PROJECTOR WITH ARCHITECTURAL PLANS.

3 COORDINATE EXACT LOCATION OF CONDUITS SERVING DEVICESON MILLWORK WITH ARCHITECTURAL PLANS.

4 INTERMATIC ELECTRONIC TIMESWITCH MODEL E1215 WITHPRESET TIME SELECTIONS OF 15/30/60 MINUTES AND 2/4 HOUROPERATING DURATION.

5 A/V SYSTEM CONTROLS LOCATION. COORDINATE ROUGH-INWITH BELTON IT.

6 TEACHER'S DESK AND A/V INTERFACE LOCATION. REFER TOCLASSROOM A/V WIRING DETAIL.

7 RECEPTACLE INSTALLED IN KNEE SPACE BELOW COUNTER.INSTALL SWITCH ACCESSIBLE JUST BELOW COUNTER ADJACENTTO GAS SHUTOFF. INSTALL SWITCHED RECEPTACLEACCESSIBLE INSIDE CASEWORK FOR OWNER PROVIDED AIRCOMPRESSOR. GFCI RECEPTACLE ON CASEWORK SHALLPROTECT SWITCHED RECEPTACLE.

8 PROVIDE POWER FOR DUCT SMOKE DAMPER. REFER TOMECHANICAL PLANS FOR EXACT LOCATION OF DAMPER.

9 INTERMATIC ELECTRONIC TIMESWITCH MODEL EI230 WITHPRESET TIME SELECTIONS OF 2/4/8/12 HOUR OPERATINGDURATION AND HOLD ON OVERRIDE

10 HAND DRYER. REFER TO ARCHITECTURAL ELEVATIONS FOREXACT LOCATION. COORDINATE ELECTRICAL REQUIREMENTSWITH HAND DRYER SUBMITTAL.

EXIST. BLDG.

EXIST. BLDG.

EXIST. BLDG.

Revision

Number Date Description

2 10/19/2017 ADDENDUM #2

tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Rectangle
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
Page 24: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

30

FB1

FB1

FB1

FB1

30

J

FB1

J

J

J J J

J

J

T

S

S

TT

T

S

J

J J J J

D

D D D

DD

D

D

J

J

HH

H

H

J

J J

JJ

JJ

J

JJ

J

JJ JJ

J

J J J

J J J J J

J J J

J

J

20

20

J

DRESSINGB

116B

AV EQUIP

102B

DRESSINGA

113B

STAGE

110B

MAKEUP/GREENROOM

112B

STORAGE

106BCONTROL

104B

STAGESHOP

117B

TLT

114B

VEST.

118B

TLT

115B

STAGEVEST

111B

CHAIR LIFT

108B

HALL

103B

HALL

105B

AC

AC

"LPV" "TF-V"

INSTALL DOUBLE DUPLEXRECEPTACLES AT AV RACKLOCATION.

48" 24"

24"

48"

WASHERAND DRYER

4

E2.2

POWER FOR PROJECTORSCREEN. REFER TO AVDRAWINGS FORREQUIREMENTS ANDCONTROL LOCATIONS.

3

E1.2

MO1 MO1 MO1 MO1

"DSS1"

IG

IG IG

PAC-INDEX RAIL LIGHTING

(TIE)

"DR1/RP1"117

(TIE)

"DR1/RP1"119

(TIE)

"DR1/RP1"118 "DR1/RP1"

86

"DR1/RP1"85

(TIE)

"DR1/RP1"120

(TIE)

"DR1/RP1"121

"DR1/RP1"89

(TIE)

"DR1/RP1"122

"DR1/RP1"90

(TIE)

"DR1/RP1"120

(TIE)

"DR1/RP1"121

(TIE)

"DR1/RP1"122

"DR1/RP1"92 "DR1/RP1"

91

(TIE)

"DR1/RP1"120

(TIE)

"DR1/RP1"121

(TIE)

"DR1/RP1"122

"DR1/RP1"93

"DR1/RP1"94

(TIE)

"DR1/RP1"117

(TIE)

"DR1/RP1"118

(TIE)

"DR1/RP1"119

"DR1/RP1"88

"DR1/RP1"87

4

E1.2

CHAIR LIFT "DS4-2"

"LP9"12

"LP9"15

"LP9"64

(TIE)

"LP9"17

(TIE)

"LP9"17

"LP9"16

"LP9"19"LP9"

18

"LP9"20 "LP9"

22,24

"LP9"23

"LP9"33 "LP9"

32

"LP9"30

"LP9"31

"LP9"35

"LPV"5"LPV"

6"LPV"4

"LPV"2

"LPV"3

"LPV"7

"LPV"8

"LPV"9

"LPV"10

"LPV"11

"LPV"12

"LPV"19

"LPV"17

"LPV"13

"LPV"14

"LPV"15

TV MONITOR

"LPV"16

"LPV"18

"LP4"64

"LP4"66

DISPLAY CASEDISPLAYCASE

(TIE)

"LP9"27

(TIE)

"LP9"27

"LP9"26

"LP9"29

"LP9"28

"EUH3"

WPI

WPI

"EF11"

MOTORIZEDDAMPER

1"LP9"

36

"LP9"40

"LP9"41

"LP9"38 "LP9"

39

"EF10"

"LP9"1

"LP9"21 "LP9"

34

"DS18-1"

2

CIRCUIT TOCU ON ROOF

INTERLOCK MOTORIZEDDAMPER WITH EXHAUST FAN

AND TIMER SWITCH.

44" 44"

44"

44"

44"44"

44"

44"

44"

44"

44"

INSTALL ONBOTTOM OFSTRUCTURE

INSTALL ON BOTTOMOF STRUCTURE

"LP9"53

"LP9"52

"LP9"51

"LP9"50

"LP9"55

"LP9"57

INSTALL ALL WIRING DEVICES INSTAGE SHOP WITH EXPOSED

CONDUIT AND BOXES ONSTRUCTURE SURFACE.

"LP9"59

"LP9"54

"LP9"56

"LP9"58

"LP9"60

"LP9"62

E

1

2 3

4

A

B

C

D

F

"TGB"

"LP9"63

COORDINATE ELECTRICALREQUIREMENTS WITH SMOKE

VENT MANUFACTURER.

"LPV"21

4 4 4

4

(TIE)

"LP9"65

4

4

"EUH4"

(TIE)

"LP9"65

4

4

MONITOR

"LP9"72

INSTALL ALL WIRINGDEVICES IN STAGEWITH EXPOSEDCONDUIT AND BOXESINSTALLED ONSTRUCTURE SURFACE.

"LP9"74

"LP9"70

OVERHEAD DOOR POWER AND CONTROLS. REFER TO MANUFACTURER'S REQUIREMENTS.

"LP9"78

"LP9"76

OVERHEAD DOORPOWER ANDCONTROLS.

REFER TOMANUFACTURER'S

REQUIREMENTS.

"LP9"61

SUMP PUMP

"HP8"13

"HP8"15

REFER TO THEATRICALLIGHTING DESIGN PLANS

FOR REQUIREMENTS.

"RP1"

RACK FOR THEATRICAL LIGHTING - REFER TO THEATRICALLIGHTING DESIGN PLANS FOR REQUIREMENTS.

"DP11"

"HP8""HP9"

"TF-11"

"LP9"

"TF-9"

"DST11"

"NV1""NV2""NV3"

ELECTRICAL

201B

STAGEMEZZANINE

200B

"TGB"

"WH2"

REFER TO THEATRICALLIGHTING DESIGN PLANS

FOR REQUIREMENTS.

"DR1/RP1"

LARGE DUCTWORKOVERHEAD - REFER TO

MECHANICAL PLANS FORCOORDINATION

"DR1/RP1"134

"DR1/RP1"132

"DR1/RP1"131

"DR1/RP1"133

SHELL CLOUDSPOWER

SHELL CLOUDSPOWER

"DR1/RP1"95

"DR1/RP1"98

"DR1/RP1"97

"DR1/RP1"100"DR1/RP1"

99

"DR1/RP1"26

"DR1/RP1"21

"DR1/RP1"25"DR1/RP1"

20

"DR1/RP1"22

"DR1/RP1"24

"DR1/RP1"23

"DR1/RP1"95

"DR1/RP1"98

"DR1/RP1"97

"DR1/RP1"100"DR1/RP1"

99

"DR1/RP1"1

"DR1/RP1"5

"DR1/RP1"3"DR1/RP1"

2

"DR1/RP1"4

"DR1/RP1"6

"DR1/RP1"7

"DR1/RP1"103

"DR1/RP1"32

"DR1/RP1"31

"DR1/RP1"34"DR1/RP1"

33

"DR1/RP1"104

"DR1/RP1"95

"DR1/RP1"98

"DR1/RP1"97

"DR1/RP1"100

"DR1/RP1"99

"DR1/RP1"11

"DR1/RP1"8"DR1/RP1"

10

"DR1/RP1"12

"DR1/RP1"13

"DR1/RP1"9

"DR1/RP1"95

"DR1/RP1"98

"DR1/RP1"97

"DR1/RP1"100

"DR1/RP1"99

"DR1/RP1"17

"DR1/RP1"15"DR1/RP1"

14

"DR1/RP1"16

"DR1/RP1"18

"DR1/RP1"19

"DR1/RP1"27

"DR1/RP1"28

"DR1/RP1"27

"DR1/RP1"30

"DR1/RP1"101

"DR1/RP1"102

INSTALL GENERAL PURPOSEMAINTENANCE RECEPTACLE

ON SIDE OF CATWALK.

INSTALL GENERAL PURPOSEMAINTENANCE RECEPTACLE ON

SIDE OF CATWALK.

(25) TWENTY-FIVE CIRCUITS TO FIRST ELECTRICFROM PANEL/EQUIPMENT "DR1/RP1" REFER TOTHEATRICAL DRAWINGS AND PANELBOARDSCHEDULE FOR ADDITIONAL INFORMATION.

(25) TWENTY-FIVE CIRCUITS TO SECOND ELECTRICFROM PANEL/EQUIPMENT "DR1/RP1" REFER TOTHEATRICAL DRAWINGS AND PANELBOARDSCHEDULE FOR ADDITIONAL INFORMATION.

(15) FIFTEEN CIRCUITS TO THIRD ELECTRIC FROMPANEL/EQUIPMENT "DR1/RP1" REFER TOTHEATRICAL DRAWINGS AND PANELBOARDSCHEDULE FOR ADDITIONAL INFORMATION.

"LP9"3

"LP9"5

"DS5-1"

(TIE)

"LP9"7

(TIE)

"LP9"7

"LP9"2,4,6

INSTALL RECEPTACLE ON LANDING.

(TIE)

"LP9"7

"DSS2"

"P2"

2

"DS18-2"

3

"LP9"46

"LP9"49

"LP9"47

HUBBELL WIRINGINDUSTRIAL CORD REELMODEL HBL45123 OREQUAL. PROVIDE WITHHBL2313 NEMA L5-20PTWIST LOCK CONNECTION.MINIMUM CORD LENGTH,12/3 SJEO CABLE WITH #12COPPER CONDUCTORS,PORTABLE OUTLET BOXWITH 20AMP GFIPROTECTED NEMA 5-20RDUPLEX RECEPTACLEWITH LIFT COVER.

INSTALL NON-GFITWIST LOCK NEMAL5-20R RECEPTACLEAT BOTTOM OFSTRUCTURE FORCONNECTION OFCORD REEL.

INSTALL NON-GFI TWIST LOCKNEMA L5-20R RECEPTACLE ATBOTTOM OF STRUCTURE FORCONNECTION OF CORD REEL.

E

1 4

F

"LPV"23

INSTALL POWER FOR AVCAMERA ON EDGE OFCATWALK. REFER TOAUDIOVISUAL DRAWINGS.

"LCP2"

"LP9"80

MULTI-OUTLET ASSEMBLIESINSTALLED ON SURFACE AT6" ABOVE COUNTER.

MULTI-OUTLET ASSEMBLIESINSTALLED ON SURFACE AT18" ABOVE FINISH FLOOR OFELEVATED CONTROL BOOTH.

MO1 MO1 MO1 MO1

MO1MO1MO1MO1

INSTALL LIGHT SWITCHESABOVE MULTI-OUTLETASSEMBLY (TYPICAL)

INSTALL LIGHT SWITCHESABOVE MULTI-OUTLETASSEMBLY (TYPICAL)

INSTALL DATA OUTLETSHORIZONTALLY ABOVE LOWERMULTI-OUTLET ASSEMBLY ANDBELOW COUNTER (TYPICAL)

DATA OUTLET AND DOUBLE DUPLEXRECEPTACLE INSTALLED IN CEILING FOR

PROJECTOR.

REFER TO FLOOR PLAN FOR CIRCUITING. CIRCUITMULTI-OUTLET ASSEMBLIES DIRECTLY ABOVE EACHOTHER TO SAME CIRCUIT.

NORTHKEY PLAN

B

HALL

101.1B

ORCHESTRAPIT

101B

INSTALL ALLRECEPTACLES INORCHESTRA PIT AT 24"ABOVE FINISH PIT FLOOR

IG

"DS4-1"

CHAIR LIFT

"LP9"82

"LP9"9

"LP9"8

"LP9"13

"LPV"1

"LP9"10

"LP9"11

1

F

E-2007027773

NUMBER

R. THOME

MICHAELI

RUOSSIMFOETATSRE

GI

ST

ER

EDP RO F E S S I O N A L

EN

GI N

EE

R

A CB O L A N DA R C H I T E C T S

I

© 2017 ACI/BOLAND, Inc

Date

Job Number

Drawn By

Checked By

1710 Wyandotte

Kansas City, MO 64108

T: 816.763.9600 F: 816.763.9757

ACI/Boland, Inc.

Kansas City | St. Louis

Licensee's Certificate of Authority Number:

Schafer, Kline & Warren, Inc.

11250 Corporate Ave.

Lenexa, Kansas 66129

Licensee's Certificate of Authority Number:

Missouri: F00139850

Phone Number: 913-888-7800

CIVIL CONSULTANT

Norton & Schmidt Consulting Engineers, LLC

311 E. 11th Avenue

North Kansas City, Missouri 64116

Licensee's Certificate of Authority Number:

Missouri: E-200801976

Phone Number: 816-421-1956

STRUCTURAL CONSULTANT

Malone, Finkle, Eckhardt & Collins

7780 W. 119th St.

Overland Park, Kansas 66213

Licensee's Certificate of Authority Number:

Missouri: 001075

Phone Number: 913-322-1400

MEP CONSULTANT

4/1

1/2

018 6

:58:5

1 A

MC

:\U

sers

\kham

mers

chm

idt\D

ocum

ents

\AC

IB_B

HS

E_M

EP

_2016_kham

mers

chm

idt.

rvt

80

1 W

. N

ort

h A

ve

Be

lton

, M

O 6

40

12

12/01/2017

City Set 01-08-18

3-16003

ALH

TPM

AC

I B

ola

nd A

rchitects

E2.2

AREA B - ELECTRICAL PLANS

Add

itio

ns to B

elton

Hig

h S

cho

ol

SCALE: 1/8" = 1'-0"E2.2

1 PERFORMING ARTS CENTER FIRST FLOOR ELECTRICAL PLAN - AREA B

GENERAL NOTES:A THESE GENERAL NOTES APPLY TO ALL ELECTRICAL AND

SPECIAL SYSTEMS DRAWINGS. REFER TO DIVISION 26SPECIFICATIONS FOR ADDITIONAL ELECTRICAL AND SPECIALSYSTEMS SPECIFICATIONS AND REQUIREMENTS.

B PROVIDE PULL BOXES AS REQUIRED TO PROPERLY INSTALL THERACEWAYS AND CIRCUITS INDICATED.

C REFER TO ARCHITECTURAL DRAWINGS FOR TYPICAL ROOMINTERIOR ELEVATIONS. COORDINATE EXACT DEVICE LOCATIONSAND MOUNTING HEIGHTS WITH ARCHITECT PRIOR TO ROUGH-IN.

D ALL EMPTY CONDUITS SHALL BE PROVIDED WITH ROT-PROOFPULL-TAPE, LABELED AT EACH END. ALL CONDUITS SHALL BEPROVIDED WITH PLASTIC BUSHINGS WHERE TERMINATEDOPEN-ENDED.

E COORDINATE ALL WIRING DEVICE LOCATIONS SHOWN ATMILLWORK LOCATIONS WITH THE MILLWORK CONTRACTOR ANDGENERAL CONTRACTOR PRIOR TO ANY ROUGH-IN ORINSTALLATION. ALL WIRING DEVICES SHALL BE INSTALLED INACCESSIBLE LOCATIONS AND SHALL NOT BE CONCEALED.

F SEAL ALL PENETRATIONS THROUGH FIRE-RATED ASSEMBLIESAS NECESSARY TO RESTORE FIRE-RESISTANCE RATING OFASSEMBLY. REFER TO ARCHITECTURAL PLANS ANDSPECIFICATIONS FOR RATED ASSEMBLIES, FIRE STOPPINGMATERIALS, AND REQUIREMENTS.

G EACH CONTRACTOR AND SUB-CONTRACTOR OR TRADE ISREQUIRED TO REVIEW THE CONSTRUCTION DOCUMENTS AS AWHOLE, INCLUDING ALL OTHER TRADES’ DRAWINGS ANDPROVIDE ANY MISC. ITEMS, MATERIALS, WORK, ETC. REQUIREDTO COMPLETE THE WORK AS SHOWN ON ALL DOCUMENTS. THISREQUIREMENT APPLIES TO ALL TRADES. STRUCTURAL,MECHANICAL, ELECTRICAL, PLUMBING, EQUIPMENT VENDORS,ETC. REQUIREMENTS AND RELATED WORK ARE INDICATEDTHROUGHOUT THE DOCUMENTS AND SHOULD BE REVIEWEDWITH THE SPECIFIC MEP, STRUCTURAL, ARCHITECTURAL, ANDEQUIPMENT DRAWINGS FOR OVERALL SCOPE OF WORK.

H REFER TO THE MECHANICAL DRAWINGS FOR EXACT LOCATIONSAND QUANTITY OF ALL MECHANICAL EQUIPMENT ANDFIRE/SMOKE AND/OR SMOKE DAMPERS. LOCATIONS ANDQUANTITY SHOWN ON THE ELECTRICAL DRAWINGS AREAPPROXIMATE AND MAY NOT REFLECT FINAL POSITION ORQUANTITY.

I ELECTRICAL CONTRACTOR SHALL PROVIDE FINAL CONNECTIONTO ALL MECHANICAL EQUIPMENT. WHERE EQUIPMENT IS SHOWNON THE MECHANICAL PLANS, BUT NOT SHOWN ON THEELECTRICAL PLANS, ELECTRICAL CONTRACTOR SHALL PROVIDEPOWER TO THE EQUIPMENT BASED ON EQUIPMENTREQUIREMENTS AND INCLUDE ALL COSTS IN THE BASE BID.

J LOCATION SHOWN OF ELECTRICAL CONNECTION TOMECHANICAL EQUIPMENT IS SCHEMATIC AND MAY NOT REFLECTACTUAL CONNECTION POINTS. ROUGH-IN AND CONNECTION TOEQUIPMENT SHALL BE PER THE EQUIPMENT MANUFACTURER'SREQUIREMENTS AND THE NATIONAL ELECTRICAL CODE.PROVIDE STRUCTURAL SUPPORTS AS REQUIRED FORMOUNTING OF DISCONNECTING MEANS. VERIFY ALL ROUGH-INREQUIREMENTS WITH THE MECHANICAL CONTRACTOR ANDEQUIPMENT MANUFACTURER PRIOR TO ANY ROUGH-IN.

K PROVIDE FINAL CONNECTION TO ALL EQUIPMENT, INCLUDINGANY CORD AND PLUG SETS FOR EQUIPMENT NOT PROVIDEDWITH IT (WHETHER SPECIFICALLY NOTED OR NOT). COORDINATEALL WORK WITH THE EQUIPMENT SUPPLIER AND OWNER; ANDVERIFY ALL ROUGH-IN LOCATIONS AND REQUIREMENTS PRIORTO ANY ROUGH-IN.

L REFER TO AV AND THEATRICAL DRAWINGS FOR ADDITIONALCONDUIT, BOX AND ROUGH-IN REQUIREMENTS. INFORMATIONINCLUDED ON ELECTRICAL DRAWINGS MAY NOT INCLUDE ALLNECESSARY DEVICES AND LOCATIONS REQUIRED BY AV ANDTHEATRICAL DRAWINGS.

M SHOULD WORK REQUIRE PENETRATIONS THROUGH FEMASTRUCTURE, OPENINGS CREATED THROUGH WALL OR ROOFSHALL BE LESS THAN 1.5-INCHES IN DIAMETER. NO OPENINGSLARGER THAN 1.5-INCHES IN DIAMETER SHALL BE ALLOWED,UNLESS APPROVED BY DESIGN ENGINEER AND PROVIDED WITHADDITIONAL OPENING PROTECTIONS.

N OWNER SHALL HAVE FIRST RIGHT OF REFUSAL FOR ALLCOMPONENTS REMOVED.

O ALL CONDUIT, FEEDERS, CABLING AND OTHER COMPONENTSLOCATED WITHIN NATATORIUM SHALL BE INSTALLED PERSECTION 680 OF THE NEC.

P IN AQUATICS CENTER, GROUND ALL METAL COMPONENTSLOCATED WITHIN EXTENTS OF POOL AND WITHIN 5FT OF EDGEOF POOL AS REQUIRED BY NEC ARTICLE 680. BOND #8 SOLIDCOPPER BONDING CONDUCTOR TO ALL METAL COMPONENTS.COORDINATE REQUIREMENTS WITH NATATORIUM DESIGNER.

Q AT ALL AV AND DATA RACK LOCATIONS GROUND RACK TONEAREST DATA CLOSET TGB. REFER TO TELECOMMUNICATIONGROUNDING DETAIL

R PROVIDE EACH FAN COIL (VFC) AND BRANCH SELECTOR (VBS)WITH16A 230V MANUAL MOTOR CONTROL TOGGLE SWITCH.INSTALL ABOVE CEILING ADJACENT TO THE EQUIPMENT.PROVIDE NEMA 1 ENCLOSURE AND WORKING CLEARANCE PERNEC REQUIREMENTS. PROVIDE STRUCTURAL SUPPORTS ANDSECURE SWITCH TO STRUCTURE.

S WHERE EXISTING LIGHTING FIXTURES AND WIRING DEVICES AREREMOVED FROM EXTERIOR OF BUILDING. REMOVE ALL WIRINGASSOCIATED WITH DEVICE, PATCH AND REPAIR STRUCTURE TOREMAIN PER ARCHITECTURAL REQUIREMENTS.

PLAN HEX NOTES:1 INTERMATIC ELECTRONIC TIMESWITCH MODEL E1215 WITH

PRESET TIME SELECTIONS OF 15/30/60 MINUTES AND 2/4 HOUROPERATING DURATION.

2 INSTALL SECOND RECEPTACLE AT 8'-0" AFF FOR DSSCONDENSATE PUMP. CIRCUIT TO RECEPTACLE AT STANDARDHEIGHT.

3 CIRCUIT TO CONDENSING UNIT (CU) ON ROOF PERMANUFACTURER'S REQUIREMENTS.

4 PROVIDE POWER FOR DUCT SMOKE DAMPER. REFER TOMECHANICAL PLANS FOR EXACT LOCATION OF DAMPER.

SCALE: 1/8" = 1'-0"E2.2

2 PAC MEZZANINE FLOOR ELECTRICAL PLAN - AREA B

SCALE: NOT TO SCALEE2.2

4 CONTROL ROOM ELEVATION

EX

IST

. B

LD

G.

EX

IST

. B

LD

G.

EXIST. BLDG.

SCALE: 1/8" = 1'-0"E2.2

3 ELECTRICAL PLAN - PAC ORCHESTRA PIT

Revision

Number Date Description

2 10/19/2017 ADDENDUM #2

4 12/01/2017 POST BIDADDENDUM #1

tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
Page 25: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

DN

DN

DN

J J

30

J J

T

T

T

T

T T

Tsc

J

J

J

D D

D

DD

M

H

S

H

J J

NA

C

JJ

T T

J

TIMING

102C

POOLEQPT.

103C

SANITIZERROOM

104C

JAN

109C

WOMENSTLT.

108C

STOR.

110C MENS TLT.

111C

MENSWASH

112C

WOMENSWASH

107C

WOMENSLOCKER

106C

MENSLOCKER

113C

VEST.

113.1C

VEST.

107C

ELECTRICAL

117C

VEST.

116C

CORR.

114C

CORR

115C

CORR.

105C

MECHANICAL

118C

CHASE

131D

TLT.

123C

WRESTLINGLOCKERS

121C

AQUATICSSTORAGE

120C

CORR -EXISTBLDG

124C

WRESTVEST

122C

POOL

100C

WPI

WPI

WPI

WPI

AC

AC

AC

1

AC

1

44"

2 2

"HPA3"

"HPA1"

"TF-A1"

"LPA1"

"MSB-A"

36"36"36"

24"

36"

"NV4"

36"

EXISTINGWATERCOOLER TOREMAIN.

DEVICES ONPRECAST INSTORAGE MAY BEINSTALLED ONSURFACE

AV RACKAV RACK

36"

"AHU1"

"TGB"

"MTGB"

DATA

125C

"DSS4" "DSS5"

/1 E2.4 /1 E2.4

/1 E2.4

EX

IST

. B

LD

G.

EX

IST

. B

LD

G.

EX

IST

. B

LD

G.

EX

IST

. B

LD

G.

"LCP4"

"FUTUREBAS"

E2.5

2

E2.3

2

PHBUFFERROOM

119C

OFFICE

101C

"DS15-1"

"MSB-A"5

"EUH7" "EUH5"

AC

"VFC4-4"

"DS16-1"

"HPA1"14,16,18

"LPA1"3

"LPA1"11

"LPA1"9 "LPA1"

7

"LPA1"77

"LPA1"75

"LPA1"21

"LPA1"15

(TIE)

"LPA1"29

"LPA1"31

"LPA1"41

"LPA1"18

"LPA1"25

"LPA1"27

(TIE)

"LPA2"19,21

REMOVE EXISTING EXTERIORWPI RECEPTACLE

REMOVE EXISTING EXTERIORWPI RECEPTACLE

"LPA1"20,22

"LPA1"13

"LPA1"19

"LPA1"24,26

"LPA1"51

WPI

WPI

(TIE)

"LPA1"5

COORDINATELOCATION AND

DATA/POWERREQUIREMENTS OF

SCOREBOARD &TIMING SYSTEM.

"F4"

"F3"

"F2"

"F1"

FAN CONTROLS VIA SPEEDCONTROLLER. REFER TOMECHANICAL PLANS FOR ADDITIONALCONTROLS REQUIREMENTS.

"LPA1"38,40

VIDEO BOARD POWER.COORDINATEREQUIREMENTS WITHBOARD PROVIDER.

CORR

126C

"LPA1"43

HEAT TRACE FOR AHU1CONDENSATE AND POOLHEATING WATER PIPING

INSTALL CONTROLLER ANDTEMPERATURE SENSOR FOR

HEAT TRACE ON INTERIOR OFEQUIPMENT ENCLOSURE

3

33

(TIE)

"LPA1"47

(TIE)

"LPA1"47

"LPA1"53

3

3

INSTALL AT 48" AFF FOR EMERGENCY PHONE

"LPA1"17

"LPA1"23

(TIE)

"LPA1"5

"DS18-4"

4

4

"DS18-5"

EXISTING FAN COILTO REMAIN

"LPA1"45

"DS21-1"

55

COORDINATE EXACT LOCATION OF UTILITY METER WITH KCPL

1 1

"LPA1"2,4

"LPA1"6,8

"EUH6"

"LPA1"49

"HPA1"21

"HPA1"23

"HPA1"25

COORDINATE ALL POWER REQUIREMENTSWITH DOOR HARDWARE PROVIDER.

"LPA1"10

"HPA1"19

"LPA1"42

NORTHKEY PLAN

C

"WH3" "WH4"

"EUH8"

"PH1" "PH2"

(TIE)

"LPA1"29

"P4"

"LPA1"79

"P3"

"LPA1"84

"LPA1"39

"DS4-7"

"DS4-6"

"DS4-4""DS4-5"

"LPA1"37

ES

EMERGENCY POWER SHUTDOWN FOR WATERHEATERS. INSTALL AT LOCATION APPROVED BYAHJ. KELE MODEL WPS-MP-PO-CLM, MAINTAINEDCONTACT RED MUSHROOM BUTTON SWITCH,PUSH-PULL RESET AND CLEAR PROTECTIVECOVER.

"LPA1"35

"LPA1"33

PROVIDE POWER FOR FIRE SPRINKLER TAMPER SWITCHESAND VALVES. COORDINATE LOCATION AND QUANTITY WITHFIRE SPRINKLER CONTRACTOR.

"LPA1"67

"HPA1"27

E-2007027773

NUMBER

R. THOME

MICHAELI

RUOSSIMFOETATSRE

GI

ST

ER

EDP RO F E S S I O N A L

EN

GI N

EE

R

A CB O L A N DA R C H I T E C T S

I

© 2017 ACI/BOLAND, Inc

Date

Job Number

Drawn By

Checked By

1710 Wyandotte

Kansas City, MO 64108

T: 816.763.9600 F: 816.763.9757

ACI/Boland, Inc.

Kansas City | St. Louis

Licensee's Certificate of Authority Number:

Schafer, Kline & Warren, Inc.

11250 Corporate Ave.

Lenexa, Kansas 66129

Licensee's Certificate of Authority Number:

Missouri: F00139850

Phone Number: 913-888-7800

CIVIL CONSULTANT

Norton & Schmidt Consulting Engineers, LLC

311 E. 11th Avenue

North Kansas City, Missouri 64116

Licensee's Certificate of Authority Number:

Missouri: E-200801976

Phone Number: 816-421-1956

STRUCTURAL CONSULTANT

Malone, Finkle, Eckhardt & Collins

7780 W. 119th St.

Overland Park, Kansas 66213

Licensee's Certificate of Authority Number:

Missouri: 001075

Phone Number: 913-322-1400

MEP CONSULTANT

4/1

1/2

018 6

:58:5

9 A

MC

:\U

sers

\kham

mers

chm

idt\D

ocum

ents

\AC

IB_B

HS

E_M

EP

_2016_kham

mers

chm

idt.

rvt

80

1 W

. N

ort

h A

ve

Be

lton

, M

O 6

40

12

12/01/2017

City Set 01-08-18

3-16003

ALH

TPM

AC

I B

ola

nd A

rchitects

E2.3

AREA C - ELECTRICAL PLAN

Add

itio

ns to B

elton

Hig

h S

cho

ol

SCALE: 1/8" = 1'-0"E2.3

1 FIRST FLOOR ELECTRICAL PLAN - AQUATICS CENTER

GENERAL NOTES:A THESE GENERAL NOTES APPLY TO ALL ELECTRICAL AND

SPECIAL SYSTEMS DRAWINGS. REFER TO DIVISION 26SPECIFICATIONS FOR ADDITIONAL ELECTRICAL AND SPECIALSYSTEMS SPECIFICATIONS AND REQUIREMENTS.

B PROVIDE PULL BOXES AS REQUIRED TO PROPERLY INSTALL THERACEWAYS AND CIRCUITS INDICATED.

C REFER TO ARCHITECTURAL DRAWINGS FOR TYPICAL ROOMINTERIOR ELEVATIONS. COORDINATE EXACT DEVICE LOCATIONSAND MOUNTING HEIGHTS WITH ARCHITECT PRIOR TO ROUGH-IN.

D ALL EMPTY CONDUITS SHALL BE PROVIDED WITH ROT-PROOFPULL-TAPE, LABELED AT EACH END. ALL CONDUITS SHALL BEPROVIDED WITH PLASTIC BUSHINGS WHERE TERMINATEDOPEN-ENDED.

E COORDINATE ALL WIRING DEVICE LOCATIONS SHOWN ATMILLWORK LOCATIONS WITH THE MILLWORK CONTRACTOR ANDGENERAL CONTRACTOR PRIOR TO ANY ROUGH-IN ORINSTALLATION. ALL WIRING DEVICES SHALL BE INSTALLED INACCESSIBLE LOCATIONS AND SHALL NOT BE CONCEALED.

F SEAL ALL PENETRATIONS THROUGH FIRE-RATED ASSEMBLIESAS NECESSARY TO RESTORE FIRE-RESISTANCE RATING OFASSEMBLY. REFER TO ARCHITECTURAL PLANS ANDSPECIFICATIONS FOR RATED ASSEMBLIES, FIRE STOPPINGMATERIALS, AND REQUIREMENTS.

G EACH CONTRACTOR AND SUB-CONTRACTOR OR TRADE ISREQUIRED TO REVIEW THE CONSTRUCTION DOCUMENTS AS AWHOLE, INCLUDING ALL OTHER TRADES’ DRAWINGS ANDPROVIDE ANY MISC. ITEMS, MATERIALS, WORK, ETC. REQUIREDTO COMPLETE THE WORK AS SHOWN ON ALL DOCUMENTS. THISREQUIREMENT APPLIES TO ALL TRADES. STRUCTURAL,MECHANICAL, ELECTRICAL, PLUMBING, EQUIPMENT VENDORS,ETC. REQUIREMENTS AND RELATED WORK ARE INDICATEDTHROUGHOUT THE DOCUMENTS AND SHOULD BE REVIEWEDWITH THE SPECIFIC MEP, STRUCTURAL, ARCHITECTURAL, ANDEQUIPMENT DRAWINGS FOR OVERALL SCOPE OF WORK.

H REFER TO THE MECHANICAL DRAWINGS FOR EXACT LOCATIONSAND QUANTITY OF ALL MECHANICAL EQUIPMENT ANDFIRE/SMOKE AND/OR SMOKE DAMPERS. LOCATIONS ANDQUANTITY SHOWN ON THE ELECTRICAL DRAWINGS AREAPPROXIMATE AND MAY NOT REFLECT FINAL POSITION ORQUANTITY.

I ELECTRICAL CONTRACTOR SHALL PROVIDE FINAL CONNECTIONTO ALL MECHANICAL EQUIPMENT. WHERE EQUIPMENT IS SHOWNON THE MECHANICAL PLANS, BUT NOT SHOWN ON THEELECTRICAL PLANS, ELECTRICAL CONTRACTOR SHALL PROVIDEPOWER TO THE EQUIPMENT BASED ON EQUIPMENTREQUIREMENTS AND INCLUDE ALL COSTS IN THE BASE BID.

J LOCATION SHOWN OF ELECTRICAL CONNECTION TOMECHANICAL EQUIPMENT IS SCHEMATIC AND MAY NOT REFLECTACTUAL CONNECTION POINTS. ROUGH-IN AND CONNECTION TOEQUIPMENT SHALL BE PER THE EQUIPMENT MANUFACTURER'SREQUIREMENTS AND THE NATIONAL ELECTRICAL CODE.PROVIDE STRUCTURAL SUPPORTS AS REQUIRED FORMOUNTING OF DISCONNECTING MEANS. VERIFY ALL ROUGH-INREQUIREMENTS WITH THE MECHANICAL CONTRACTOR ANDEQUIPMENT MANUFACTURER PRIOR TO ANY ROUGH-IN.

K PROVIDE FINAL CONNECTION TO ALL EQUIPMENT, INCLUDINGANY CORD AND PLUG SETS FOR EQUIPMENT NOT PROVIDEDWITH IT (WHETHER SPECIFICALLY NOTED OR NOT). COORDINATEALL WORK WITH THE EQUIPMENT SUPPLIER AND OWNER; ANDVERIFY ALL ROUGH-IN LOCATIONS AND REQUIREMENTS PRIORTO ANY ROUGH-IN.

L REFER TO AV AND THEATRICAL DRAWINGS FOR ADDITIONALCONDUIT, BOX AND ROUGH-IN REQUIREMENTS. INFORMATIONINCLUDED ON ELECTRICAL DRAWINGS MAY NOT INCLUDE ALLNECESSARY DEVICES AND LOCATIONS REQUIRED BY AV ANDTHEATRICAL DRAWINGS.

M SHOULD WORK REQUIRE PENETRATIONS THROUGH FEMASTRUCTURE, OPENINGS CREATED THROUGH WALL OR ROOFSHALL BE LESS THAN 1.5-INCHES IN DIAMETER. NO OPENINGSLARGER THAN 1.5-INCHES IN DIAMETER SHALL BE ALLOWED,UNLESS APPROVED BY DESIGN ENGINEER AND PROVIDED WITHADDITIONAL OPENING PROTECTIONS.

N OWNER SHALL HAVE FIRST RIGHT OF REFUSAL FOR ALLCOMPONENTS REMOVED.

O ALL CONDUIT, FEEDERS, CABLING AND OTHER COMPONENTSLOCATED WITHIN NATATORIUM SHALL BE INSTALLED PERSECTION 680 OF THE NEC.

P IN AQUATICS CENTER, GROUND ALL METAL COMPONENTSLOCATED WITHIN EXTENTS OF POOL AND WITHIN 5FT OF EDGEOF POOL AS REQUIRED BY NEC ARTICLE 680. BOND #8 SOLIDCOPPER BONDING CONDUCTOR TO ALL METAL COMPONENTS.COORDINATE REQUIREMENTS WITH NATATORIUM DESIGNER.

Q AT ALL AV AND DATA RACK LOCATIONS GROUND RACK TONEAREST DATA CLOSET TGB. REFER TO TELECOMMUNICATIONGROUNDING DETAIL

R PROVIDE EACH FAN COIL (VFC) AND BRANCH SELECTOR (VBS)WITH16A 230V MANUAL MOTOR CONTROL TOGGLE SWITCH.INSTALL ABOVE CEILING ADJACENT TO THE EQUIPMENT.PROVIDE NEMA 1 ENCLOSURE AND WORKING CLEARANCE PERNEC REQUIREMENTS. PROVIDE STRUCTURAL SUPPORTS ANDSECURE SWITCH TO STRUCTURE.

S WHERE EXISTING LIGHTING FIXTURES AND WIRING DEVICES AREREMOVED FROM EXTERIOR OF BUILDING. REMOVE ALL WIRINGASSOCIATED WITH DEVICE, PATCH AND REPAIR STRUCTURE TOREMAIN PER ARCHITECTURAL REQUIREMENTS.

PLAN HEX NOTES:1 HAND DRYER. REFER TO ARCHITECTURAL ELEVATIONS FOR

EXACT LOCATION. COORDINATE ELECTRICAL REQUIREMENTSWITH HAND DRYER SUBMITTAL.

2 ELECTRIC WATER COOLER. INSTALL RECEPTACLE CONCEALEDIN HOUSING, REFER TO MANUFACTURER'S REQUIREMENTS ANDARCHITECTURAL ELEVATIONS FOR LOCATION.

3 PROVIDE POWER FOR DUCT SMOKE DAMPER. REFER TOMECHANICAL PLANS FOR EXACT LOCATION OF DAMPER.

4 CIRCUIT TO CONDENSING UNIT (CU) ON ROOF PERMANUFACTURER'S REQUIREMENTS.

5 SUIT DRYER. REFER TO MANUFACTURER'S REQUIREMENTS FORALL INSTALLATION DETAILS.

SCALE: 1/4" = 1'-0"E2.3

2

ENLARGED MECHANICAL

ROOM ELECTRICAL PLAN

Revision

Number Date Description

2 10/19/2017 ADDENDUM #2

4 12/01/2017 POST BIDADDENDUM #1

tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Rectangle
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
Page 26: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

DN

AB

CUP

UP

DN

T

JJ

30

FB

1

T

TT

T

T

T

T

T

T

T

T

T

T H C T H C

JJ

FAA

DD

DD

J

JJ

PBPBPB

PB

J

J

H

JJ

JJ

JJ

T

20

H

COACHESOFFICE

111D

VEST.

110D

WOMENSTOILET

108D

CHASE

107D

MENSTOILET

106D

MENSLOCKERS

105D

VEST.

104D

COACHESOFFICE

103D

AV/DATA

102D

CORR.

115D

FIELDHOUSE

100D

CORRIDOR

101D

CORRIDOR

113D

STAIRS

114D

CONCESSIONS

118D

STAIR

121D

SPIRITSTORE

120D

STOR.

119D

CORRIDOR

122D

WOMENSTLT.

123D

WOMENSWASHRM

125D

CHASE

124D

WOMENSTLT.

126D

JAN.

128DCHASE

127D

MENSWASHRM

129D

MENS TLT.

130D

CHASE

131D

LOBBY

117D

VEST

116D

EXISTINGM.

LOCKERS

149D

ELEV

144D

EXISTINGW.

LOCKERS

148D

AC

WPI

WPI

WPI

WPI

WPI

WPI

WPI

2

2222

1

1

AV RACK

PROVIDE ANALOG TELEPHONECONNECTION TO ELEVATOR FOR

COMMUNICATION SYSTEMS

COORDINATE INSTALLATION OF DUPLEXRECEPTACLE IN FLOOR BOX REFER TO AV

DRAWINGS FOR ADDITIONAL REQUIREMENTS.FLOOR BOX LOCATION SHALL COORDINATE

WITH SCORING TABLE.

2

2

"VFC3-6"

"VFC4-2"

"VFC4-1"

"VFC4-3"

"VFC4-8"

INSTALL RECEPTACLEACCESSIBLE IN DISPLAY CASE

"VFC3-4"

"VFC3-3"

"VFC3-2"

"VFC3-1"

"VFC3-5"

EX

IST

. B

LD

G.

EX

IST

. B

LD

G.

/1 E2.3/1 E2.3

/1 E2.3

/1

E2.5

"VFC3-8"

2

AC

2

NEMA 5-30R

"TGB"

DISPLAYMONITOR

DISPLAY MONITOR

"VFC4-7" "LPA2"15,17

(TIE)

"LPA2"11,13

(TIE)

"LPA2"7,9

3

STORAGE

112D

WOMENSLOCKERS

109D

CORR

136D

BLEACHERPOCKET

143D

"LPA2"26

"LPA2"18

"LPA2"24

"LPA2"20

"LPA2"23

"LPA2"22

(TIE)

"LPA2"16

(TIE)

"LPA2"11,13

(TIE)

"LPA2"16

"LPA2"14

"LPA2"10

"LPA2"8

(TIE)

"LPA2"7,9

"LPA2"4

"LPA2"30

"LPA2"36 "LPA2"

32

(TIE)

"LPA2"34

"LPA2"38

"LPA2"42

"LPA2"40

"LPA2"56

"LPA2"57,59

"LPA2"61,63

"LPA2"48

"LPA2"46

"LPA2"12

"LPA2"28

"LPA2"6

"DS19-1"

"DS19-2"

ice

44"

OFFICIALS

138D

TOILET

139D

HYDRO

140D

TRAINING

137D

TRNGSTOR

141D

(TIE)

"LPA2"25

(TIE)

"LPA2"25

"LPA2"27

"LPA2"29

"LPA2"31

"LPA2"33

"LPA2"37

"LPA2"35

"LPA2"39

COORDINATE LOCATION OFALL RECEPTACLED AND DATAOUTLETS WITH FINALTRAINING ROOM LAYOUT.

MONITOR

MONITOR

"LPA2"41

"LPA2"65

APPROXIMATE LOCATION OFBASKETBALL GOAL AND VOLLEYBALL

NET CONTROLS.

"LPA2"58,60,62

COORDINATE EXACT LOCATION OFDISCONNECT AND POWER CONNECTION

WITH BLEACHER MANUFACTURER.

"LPA2"64,66,68

COORDINATE EXACT LOCATION OFDISCONNECT AND POWER CONNECTIONWITH BLEACHER MANUFACTURER. INSTALLCONDUIT BELOW SLAB BETWEEN SERVICEDISCONNECT AND BLEACHER POWERCONNECTION.

(TIE)

"LPA2"84

INSTALL ADDITIONAL 1.25" EMPTYCONDUIT FOR SCOREBOARD

CONTROL CABLING BETWEENFLOOR BOX AND AV/DATA CLOSET.

INSTALL ADDITIONAL 1.25" EMPTYCONDUIT FOR SCOREBOARD

CONTROL CABLING BETWEENAV/DATA CLOSET AND SCOREBOARD.

REFER TO SHEET E2.5.

E2.4

2

"LPA2"98

DISPLAYMONITOR

(TIE)

"LPA2"34

"LPA2"108

4

4

4

4AC

"LPA2"110

"LPA2"112

"LPA2"114,116

1

1

1

"LPA2"43,45

"LPA2"47,49

"VBS3-1"

"VBS4-1"

(TIE)

"LPA2"19,21

"LPA2"51

POWER FOR DOOR HARDWARE.COORDINATE WITH DOOR HARDWAREPROVIDER.

1

1

"LPA2"118,120

"LPA2"53,55

1

1

"LPA2"122,124

"LPA2"99,101

/- ---

1

1

"LPA2"103,105

"LPA2"107,109

NORTHKEY PLAN

D

AC AC

MONITOR

AC AC AC ACAC

AC

"LPA2"89

"LPA2"88

"LPA2"90

"LPA2"87

"LPA2"96

"LPA2"92

"LPA2"91

"LPA2"94

NEMA 14-20R. COORDINATE WITH EQUIPMENT PROVIDED.

"LPA2"93,95 "LPA2"

97

AC AC

"LPA2"102

"LPA2"100

E-2007027773

NUMBER

R. THOME

MICHAELI

RUOSSIMFOETATSRE

GI

ST

ER

EDP RO F E S S I O N A L

EN

GI N

EE

R

A CB O L A N DA R C H I T E C T S

I

© 2017 ACI/BOLAND, Inc

Date

Job Number

Drawn By

Checked By

1710 Wyandotte

Kansas City, MO 64108

T: 816.763.9600 F: 816.763.9757

ACI/Boland, Inc.

Kansas City | St. Louis

Licensee's Certificate of Authority Number:

Schafer, Kline & Warren, Inc.

11250 Corporate Ave.

Lenexa, Kansas 66129

Licensee's Certificate of Authority Number:

Missouri: F00139850

Phone Number: 913-888-7800

CIVIL CONSULTANT

Norton & Schmidt Consulting Engineers, LLC

311 E. 11th Avenue

North Kansas City, Missouri 64116

Licensee's Certificate of Authority Number:

Missouri: E-200801976

Phone Number: 816-421-1956

STRUCTURAL CONSULTANT

Malone, Finkle, Eckhardt & Collins

7780 W. 119th St.

Overland Park, Kansas 66213

Licensee's Certificate of Authority Number:

Missouri: 001075

Phone Number: 913-322-1400

MEP CONSULTANT

4/1

1/2

018 6

:59:0

8 A

MC

:\U

sers

\kham

mers

chm

idt\D

ocum

ents

\AC

IB_B

HS

E_M

EP

_2016_kham

mers

chm

idt.

rvt

80

1 W

. N

ort

h A

ve

Be

lton

, M

O 6

40

12

10/19/2017

City Set 01-08-18

3-16003

ALH

TPM

AC

I B

ola

nd A

rchitects

E2.4

AREA D - FIRST FLOOR ELECTRICAL PLAN

Add

itio

ns to B

elton

Hig

h S

cho

ol

SCALE: 1/8" = 1'-0"E2.4

1 FIRST FLOOR ELECTRICAL PLAN

GENERAL NOTES:A THESE GENERAL NOTES APPLY TO ALL ELECTRICAL AND

SPECIAL SYSTEMS DRAWINGS. REFER TO DIVISION 26SPECIFICATIONS FOR ADDITIONAL ELECTRICAL AND SPECIALSYSTEMS SPECIFICATIONS AND REQUIREMENTS.

B PROVIDE PULL BOXES AS REQUIRED TO PROPERLY INSTALL THERACEWAYS AND CIRCUITS INDICATED.

C REFER TO ARCHITECTURAL DRAWINGS FOR TYPICAL ROOMINTERIOR ELEVATIONS. COORDINATE EXACT DEVICE LOCATIONSAND MOUNTING HEIGHTS WITH ARCHITECT PRIOR TO ROUGH-IN.

D ALL EMPTY CONDUITS SHALL BE PROVIDED WITH ROT-PROOFPULL-TAPE, LABELED AT EACH END. ALL CONDUITS SHALL BEPROVIDED WITH PLASTIC BUSHINGS WHERE TERMINATEDOPEN-ENDED.

E COORDINATE ALL WIRING DEVICE LOCATIONS SHOWN ATMILLWORK LOCATIONS WITH THE MILLWORK CONTRACTOR ANDGENERAL CONTRACTOR PRIOR TO ANY ROUGH-IN ORINSTALLATION. ALL WIRING DEVICES SHALL BE INSTALLED INACCESSIBLE LOCATIONS AND SHALL NOT BE CONCEALED.

F SEAL ALL PENETRATIONS THROUGH FIRE-RATED ASSEMBLIESAS NECESSARY TO RESTORE FIRE-RESISTANCE RATING OFASSEMBLY. REFER TO ARCHITECTURAL PLANS ANDSPECIFICATIONS FOR RATED ASSEMBLIES, FIRE STOPPINGMATERIALS, AND REQUIREMENTS.

G EACH CONTRACTOR AND SUB-CONTRACTOR OR TRADE ISREQUIRED TO REVIEW THE CONSTRUCTION DOCUMENTS AS AWHOLE, INCLUDING ALL OTHER TRADES’ DRAWINGS ANDPROVIDE ANY MISC. ITEMS, MATERIALS, WORK, ETC. REQUIREDTO COMPLETE THE WORK AS SHOWN ON ALL DOCUMENTS. THISREQUIREMENT APPLIES TO ALL TRADES. STRUCTURAL,MECHANICAL, ELECTRICAL, PLUMBING, EQUIPMENT VENDORS,ETC. REQUIREMENTS AND RELATED WORK ARE INDICATEDTHROUGHOUT THE DOCUMENTS AND SHOULD BE REVIEWEDWITH THE SPECIFIC MEP, STRUCTURAL, ARCHITECTURAL, ANDEQUIPMENT DRAWINGS FOR OVERALL SCOPE OF WORK.

H REFER TO THE MECHANICAL DRAWINGS FOR EXACT LOCATIONSAND QUANTITY OF ALL MECHANICAL EQUIPMENT ANDFIRE/SMOKE AND/OR SMOKE DAMPERS. LOCATIONS ANDQUANTITY SHOWN ON THE ELECTRICAL DRAWINGS AREAPPROXIMATE AND MAY NOT REFLECT FINAL POSITION ORQUANTITY.

I ELECTRICAL CONTRACTOR SHALL PROVIDE FINAL CONNECTIONTO ALL MECHANICAL EQUIPMENT. WHERE EQUIPMENT IS SHOWNON THE MECHANICAL PLANS, BUT NOT SHOWN ON THEELECTRICAL PLANS, ELECTRICAL CONTRACTOR SHALL PROVIDEPOWER TO THE EQUIPMENT BASED ON EQUIPMENTREQUIREMENTS AND INCLUDE ALL COSTS IN THE BASE BID.

J LOCATION SHOWN OF ELECTRICAL CONNECTION TOMECHANICAL EQUIPMENT IS SCHEMATIC AND MAY NOT REFLECTACTUAL CONNECTION POINTS. ROUGH-IN AND CONNECTION TOEQUIPMENT SHALL BE PER THE EQUIPMENT MANUFACTURER'SREQUIREMENTS AND THE NATIONAL ELECTRICAL CODE.PROVIDE STRUCTURAL SUPPORTS AS REQUIRED FORMOUNTING OF DISCONNECTING MEANS. VERIFY ALL ROUGH-INREQUIREMENTS WITH THE MECHANICAL CONTRACTOR ANDEQUIPMENT MANUFACTURER PRIOR TO ANY ROUGH-IN.

K PROVIDE FINAL CONNECTION TO ALL EQUIPMENT, INCLUDINGANY CORD AND PLUG SETS FOR EQUIPMENT NOT PROVIDEDWITH IT (WHETHER SPECIFICALLY NOTED OR NOT). COORDINATEALL WORK WITH THE EQUIPMENT SUPPLIER AND OWNER; ANDVERIFY ALL ROUGH-IN LOCATIONS AND REQUIREMENTS PRIORTO ANY ROUGH-IN.

L REFER TO AV AND THEATRICAL DRAWINGS FOR ADDITIONALCONDUIT, BOX AND ROUGH-IN REQUIREMENTS. INFORMATIONINCLUDED ON ELECTRICAL DRAWINGS MAY NOT INCLUDE ALLNECESSARY DEVICES AND LOCATIONS REQUIRED BY AV ANDTHEATRICAL DRAWINGS.

M SHOULD WORK REQUIRE PENETRATIONS THROUGH FEMASTRUCTURE, OPENINGS CREATED THROUGH WALL OR ROOFSHALL BE LESS THAN 1.5-INCHES IN DIAMETER. NO OPENINGSLARGER THAN 1.5-INCHES IN DIAMETER SHALL BE ALLOWED,UNLESS APPROVED BY DESIGN ENGINEER AND PROVIDED WITHADDITIONAL OPENING PROTECTIONS.

N OWNER SHALL HAVE FIRST RIGHT OF REFUSAL FOR ALLCOMPONENTS REMOVED.

O ALL CONDUIT, FEEDERS, CABLING AND OTHER COMPONENTSLOCATED WITHIN NATATORIUM SHALL BE INSTALLED PERSECTION 680 OF THE NEC.

P IN AQUATICS CENTER, GROUND ALL METAL COMPONENTSLOCATED WITHIN EXTENTS OF POOL AND WITHIN 5FT OF EDGEOF POOL AS REQUIRED BY NEC ARTICLE 680. BOND #8 SOLIDCOPPER BONDING CONDUCTOR TO ALL METAL COMPONENTS.COORDINATE REQUIREMENTS WITH NATATORIUM DESIGNER.

Q AT ALL AV AND DATA RACK LOCATIONS GROUND RACK TONEAREST DATA CLOSET TGB. REFER TO TELECOMMUNICATIONGROUNDING DETAIL

R PROVIDE EACH FAN COIL (VFC) AND BRANCH SELECTOR (VBS)WITH16A 230V MANUAL MOTOR CONTROL TOGGLE SWITCH.INSTALL ABOVE CEILING ADJACENT TO THE EQUIPMENT.PROVIDE NEMA 1 ENCLOSURE AND WORKING CLEARANCE PERNEC REQUIREMENTS. PROVIDE STRUCTURAL SUPPORTS ANDSECURE SWITCH TO STRUCTURE.

S WHERE EXISTING LIGHTING FIXTURES AND WIRING DEVICES AREREMOVED FROM EXTERIOR OF BUILDING. REMOVE ALL WIRINGASSOCIATED WITH DEVICE, PATCH AND REPAIR STRUCTURE TOREMAIN PER ARCHITECTURAL REQUIREMENTS.

PLAN HEX NOTES:1 HAND DRYER. REFER TO ARCHITECTURAL ELEVATIONS FOR

EXACT LOCATION. COORDINATE ELECTRICAL REQUIREMENTSWITH HAND DRYER SUBMITTAL.

2 ELECTRIC WATER COOLER. INSTALL RECEPTACLE CONCEALEDIN HOUSING, REFER TO MANUFACTURER'S REQUIREMENTS ANDARCHITECTURAL ELEVATIONS FOR LOCATION.

3 REFER TO A/V PLANS FOR ADDITIONAL INFORMATION.

4 PROVIDE POWER FOR DUCT SMOKE DAMPER. REFER TOMECHANICAL PLANS FOR EXACT LOCATION OF DAMPER.

SCALE: 1/4" = 1'-0"E2.4

2 CONCESSIONS ENLARGED ELECTRICAL PLAN

Revision

Number Date Description

2 10/19/2017 ADDENDUM #2

tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Rectangle
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
Page 27: REQUEST FOR PROPOSAL · town. The district envisions a Local Area Network consisting of copper media connecting offices and classrooms to four (4) wiring closets, three (3) new and

FB2

T

T

T

FA

A

H

H

H

AB

C

DN

DN

T

T

T

T

HT C

J

J

J

J

J

J

J

J

J

J J

J J

J

J

ELEC.

113E

STOR

112E

STOR

111E

STOR

110E

CORRIDOR

109E

GENOFFICE

106E

COUNSELOR

103E

VESTIBULE

100E

ASSIST.PRINCIPAL

105E

COUNSELOR

102E

CONFERENCE

101E

CORRIDOR

107E

STOR

201AC

AC

"LPA3"

AC

1

EXIST. BLDG.

EX

IST

. BLD

G.

"LPA3"7

"LPA3"5

"LPA3"23

"LPA3"21

"LPA3"19

"LPA3"13

"LPA3"15

"LPA3"3

"LPA3"17

"LPA3"9

COUNSELOR

104E

REFRIGERATOR

"LPA3"11

"LPA3"25

"NV5"

"LPA2""TF-A2"

"DPHA1"

"HPA2" "LCP3"ELECTRICAL

202D

UPPERFIELDHOUSE

200D

TRACK

201D

ELEV

144D

STAIR

121D

STOR

204D

STAIRS

114D

"VFC4-5"

"VFC3-7"

EX

IST

. B

LD

G.

"VFC4-6"

(TIE)

"LPA2"7,9

"LPA2"50

(TIE)

"LPA2"19,21

"LPA2"52

"DS19-3"

BASKETBALLGOAL

BASKETBALLGOAL

BASKETBALLGOAL

BASKETBALLGOAL

BASKETBALLGOAL

BASKETBALLGOAL

VOLLEYBALLNET

VOLLEYBALLNET

2

COORDINATE EXACTLOCATION OF DISCONNECTAND POWER CONNECTIONWITH BLEACHERMANUFACTURER. INSTALLDISCONNECT ACCESSIBLEBELOW BLEACHERS ONMEZZANINE.

"LPA2"77

"LPA2"67

"LPA2"69

"LPA2"71

"LPA2"73

"LPA2"75

2

2

2

2

2

"LPA2"78

"LPA2"76

"DSS3"

"DS18-3"

3

(TIE)

"LPA2"19,21

"DS20-1"

E2.5

4

CIRCUIT TO POWERMODULE IN ELEVATOREQUIPMENT ROOM.(TIE)

"LPA2"84

10

COORDINATE POWER AND CONTROLREQUIREMENTS WITH SCOREBOARDMANUFACTURER. REFER TOARCHITECTURAL PLANS FOR EXACTLOCATION.

"LPA2"83,85

"LPA2"86

INSTALL 1.25" CONDUIT FROM DOUBLE GANG BOXFOR SCOREBOARD CONTROLS TO AV/DATA ROOM102D. TERMINATE CONDUIT NEAR OWNERPROVIDED RACK LOCATION.

5

5

"LPA2"54

/1

E2.5

NORTHKEY PLAN

D

E

"DS13-1"

"DS13-2"

"DS14-1"

"HPA1"7,9,11

"HPA1"8,10,12

"DS13-3"

"HPA1"13,15,17

POOLEQPT.

103C

PHBUFFERROOM

119C

SANITIZERROOM

104C

"LPA1"30

POOL PUMP PP1

POOL PUMP PP2

"LPA1"28

"LPA1"32

"LPA1"34

"LPA1"36

UV CONTROLLER

AIR COMPRESSOR

"P5"

"SP3"

"SP2"

"LPA1"71

"LPA1"83

"LPA1"81

RECEPTACLES FOR SUMP PUMPS "SP2" & "SP3"

4

FOR CONTROL OFEXHAUST FAN.

"DS-PM""DS4-3"

"MSB-A"6

"LPA2"79

"LPA2"81

CIRCUIT TO AUXILIARYDISCONNECT INELEVATOR HOISTWAY.

E-2007027773

NUMBER

R. THOME

MICHAELI

RUOSSIMFOETATSRE

GI

ST

ER

EDP RO F E S S I O N A L

EN

GI N

EE

R

A CB O L A N DA R C H I T E C T S

I

© 2017 ACI/BOLAND, Inc

Date

Job Number

Drawn By

Checked By

1710 Wyandotte

Kansas City, MO 64108

T: 816.763.9600 F: 816.763.9757

ACI/Boland, Inc.

Kansas City | St. Louis

Licensee's Certificate of Authority Number:

Schafer, Kline & Warren, Inc.

11250 Corporate Ave.

Lenexa, Kansas 66129

Licensee's Certificate of Authority Number:

Missouri: F00139850

Phone Number: 913-888-7800

CIVIL CONSULTANT

Norton & Schmidt Consulting Engineers, LLC

311 E. 11th Avenue

North Kansas City, Missouri 64116

Licensee's Certificate of Authority Number:

Missouri: E-200801976

Phone Number: 816-421-1956

STRUCTURAL CONSULTANT

Malone, Finkle, Eckhardt & Collins

7780 W. 119th St.

Overland Park, Kansas 66213

Licensee's Certificate of Authority Number:

Missouri: 001075

Phone Number: 913-322-1400

MEP CONSULTANT

4/1

1/2

018 6

:59:1

7 A

MC

:\U

sers

\kham

mers

chm

idt\D

ocum

ents

\AC

IB_B

HS

E_M

EP

_2016_kham

mers

chm

idt.

rvt

80

1 W

. N

ort

h A

ve

Be

lton

, M

O 6

40

12

12/01/2017

City Set 01-08-18

3-16003

ALH

TPM

AC

I B

ola

nd A

rchitects

E2.5

AREA D MEZZANINE & AREA E ELECTRICAL

PLANS

Add

itio

ns to B

elton

Hig

h S

cho

ol

SCALE: 1/8" = 1'-0"E2.5

1 FIRST FLOOR ELECTRICAL PLAN - AREA E

GENERAL NOTES:A THESE GENERAL NOTES APPLY TO ALL ELECTRICAL AND

SPECIAL SYSTEMS DRAWINGS. REFER TO DIVISION 26SPECIFICATIONS FOR ADDITIONAL ELECTRICAL AND SPECIALSYSTEMS SPECIFICATIONS AND REQUIREMENTS.

B PROVIDE PULL BOXES AS REQUIRED TO PROPERLY INSTALL THERACEWAYS AND CIRCUITS INDICATED.

C REFER TO ARCHITECTURAL DRAWINGS FOR TYPICAL ROOMINTERIOR ELEVATIONS. COORDINATE EXACT DEVICE LOCATIONSAND MOUNTING HEIGHTS WITH ARCHITECT PRIOR TO ROUGH-IN.

D ALL EMPTY CONDUITS SHALL BE PROVIDED WITH ROT-PROOFPULL-TAPE, LABELED AT EACH END. ALL CONDUITS SHALL BEPROVIDED WITH PLASTIC BUSHINGS WHERE TERMINATEDOPEN-ENDED.

E COORDINATE ALL WIRING DEVICE LOCATIONS SHOWN ATMILLWORK LOCATIONS WITH THE MILLWORK CONTRACTOR ANDGENERAL CONTRACTOR PRIOR TO ANY ROUGH-IN ORINSTALLATION. ALL WIRING DEVICES SHALL BE INSTALLED INACCESSIBLE LOCATIONS AND SHALL NOT BE CONCEALED.

F SEAL ALL PENETRATIONS THROUGH FIRE-RATED ASSEMBLIESAS NECESSARY TO RESTORE FIRE-RESISTANCE RATING OFASSEMBLY. REFER TO ARCHITECTURAL PLANS ANDSPECIFICATIONS FOR RATED ASSEMBLIES, FIRE STOPPINGMATERIALS, AND REQUIREMENTS.

G EACH CONTRACTOR AND SUB-CONTRACTOR OR TRADE ISREQUIRED TO REVIEW THE CONSTRUCTION DOCUMENTS AS AWHOLE, INCLUDING ALL OTHER TRADES’ DRAWINGS ANDPROVIDE ANY MISC. ITEMS, MATERIALS, WORK, ETC. REQUIREDTO COMPLETE THE WORK AS SHOWN ON ALL DOCUMENTS. THISREQUIREMENT APPLIES TO ALL TRADES. STRUCTURAL,MECHANICAL, ELECTRICAL, PLUMBING, EQUIPMENT VENDORS,ETC. REQUIREMENTS AND RELATED WORK ARE INDICATEDTHROUGHOUT THE DOCUMENTS AND SHOULD BE REVIEWEDWITH THE SPECIFIC MEP, STRUCTURAL, ARCHITECTURAL, ANDEQUIPMENT DRAWINGS FOR OVERALL SCOPE OF WORK.

H REFER TO THE MECHANICAL DRAWINGS FOR EXACT LOCATIONSAND QUANTITY OF ALL MECHANICAL EQUIPMENT ANDFIRE/SMOKE AND/OR SMOKE DAMPERS. LOCATIONS ANDQUANTITY SHOWN ON THE ELECTRICAL DRAWINGS AREAPPROXIMATE AND MAY NOT REFLECT FINAL POSITION ORQUANTITY.

I ELECTRICAL CONTRACTOR SHALL PROVIDE FINAL CONNECTIONTO ALL MECHANICAL EQUIPMENT. WHERE EQUIPMENT IS SHOWNON THE MECHANICAL PLANS, BUT NOT SHOWN ON THEELECTRICAL PLANS, ELECTRICAL CONTRACTOR SHALL PROVIDEPOWER TO THE EQUIPMENT BASED ON EQUIPMENTREQUIREMENTS AND INCLUDE ALL COSTS IN THE BASE BID.

J LOCATION SHOWN OF ELECTRICAL CONNECTION TOMECHANICAL EQUIPMENT IS SCHEMATIC AND MAY NOT REFLECTACTUAL CONNECTION POINTS. ROUGH-IN AND CONNECTION TOEQUIPMENT SHALL BE PER THE EQUIPMENT MANUFACTURER'SREQUIREMENTS AND THE NATIONAL ELECTRICAL CODE.PROVIDE STRUCTURAL SUPPORTS AS REQUIRED FORMOUNTING OF DISCONNECTING MEANS. VERIFY ALL ROUGH-INREQUIREMENTS WITH THE MECHANICAL CONTRACTOR ANDEQUIPMENT MANUFACTURER PRIOR TO ANY ROUGH-IN.

K PROVIDE FINAL CONNECTION TO ALL EQUIPMENT, INCLUDINGANY CORD AND PLUG SETS FOR EQUIPMENT NOT PROVIDEDWITH IT (WHETHER SPECIFICALLY NOTED OR NOT). COORDINATEALL WORK WITH THE EQUIPMENT SUPPLIER AND OWNER; ANDVERIFY ALL ROUGH-IN LOCATIONS AND REQUIREMENTS PRIORTO ANY ROUGH-IN.

L REFER TO AV AND THEATRICAL DRAWINGS FOR ADDITIONALCONDUIT, BOX AND ROUGH-IN REQUIREMENTS. INFORMATIONINCLUDED ON ELECTRICAL DRAWINGS MAY NOT INCLUDE ALLNECESSARY DEVICES AND LOCATIONS REQUIRED BY AV ANDTHEATRICAL DRAWINGS.

M SHOULD WORK REQUIRE PENETRATIONS THROUGH FEMASTRUCTURE, OPENINGS CREATED THROUGH WALL OR ROOFSHALL BE LESS THAN 1.5-INCHES IN DIAMETER. NO OPENINGSLARGER THAN 1.5-INCHES IN DIAMETER SHALL BE ALLOWED,UNLESS APPROVED BY DESIGN ENGINEER AND PROVIDED WITHADDITIONAL OPENING PROTECTIONS.

N OWNER SHALL HAVE FIRST RIGHT OF REFUSAL FOR ALLCOMPONENTS REMOVED.

O ALL CONDUIT, FEEDERS, CABLING AND OTHER COMPONENTSLOCATED WITHIN NATATORIUM SHALL BE INSTALLED PERSECTION 680 OF THE NEC.

P IN AQUATICS CENTER, GROUND ALL METAL COMPONENTSLOCATED WITHIN EXTENTS OF POOL AND WITHIN 5FT OF EDGEOF POOL AS REQUIRED BY NEC ARTICLE 680. BOND #8 SOLIDCOPPER BONDING CONDUCTOR TO ALL METAL COMPONENTS.COORDINATE REQUIREMENTS WITH NATATORIUM DESIGNER.

Q AT ALL AV AND DATA RACK LOCATIONS GROUND RACK TONEAREST DATA CLOSET TGB. REFER TO TELECOMMUNICATIONGROUNDING DETAIL

R PROVIDE EACH FAN COIL (VFC) AND BRANCH SELECTOR (VBS)WITH16A 230V MANUAL MOTOR CONTROL TOGGLE SWITCH.INSTALL ABOVE CEILING ADJACENT TO THE EQUIPMENT.PROVIDE NEMA 1 ENCLOSURE AND WORKING CLEARANCE PERNEC REQUIREMENTS. PROVIDE STRUCTURAL SUPPORTS ANDSECURE SWITCH TO STRUCTURE.

S WHERE EXISTING LIGHTING FIXTURES AND WIRING DEVICES AREREMOVED FROM EXTERIOR OF BUILDING. REMOVE ALL WIRINGASSOCIATED WITH DEVICE, PATCH AND REPAIR STRUCTURE TOREMAIN PER ARCHITECTURAL REQUIREMENTS.

PLAN HEX NOTES:1 INSTALL DATA AND RECEPTACLE BEHIND TV MONITOR.

COORDINATE LOCATION WITH ARCHITECTURAL ELEVATIONS.

2 CIRCUIT TO BASKETBALL GOAL CONTROLS. COORDINATEREQUIREMENTS WITH BASKETBALL GOAL MANUFACTURER.

3 CIRCUIT TO CONDENSING UNIT (CU) ON ROOF PERMANUFACTURER'S REQUIREMENTS.

4 INTERMATIC ELECTRONIC TIMESWITCH MODEL EI230 WITHPRESET TIME SELECTIONS OF 2/4/8/12 HOUR OPERATINGDURATION AND HOLD ON OVERRIDE

5 CIRCUIT TO VOLLEYBALL NET CONTROLS. COORDINATEREQUIREMENTS WITH VOLLEYBALL NET MANUFACTURER.

6 HAND DRYER. REFER TO ARCHITECTURAL ELEVATIONS FOREXACT LOCATION. COORDINATE ELECTRICAL REQUIREMENTSWITH HAND DRYER SUBMITTAL.

SCALE: 1/8" = 1'-0"E2.5

3 UPPER FIELDHOUSE ELECTRICAL PLAN

SCALE: 1/4" = 1'-0"E2.5

2

ENLARGED POOL EQUIPMENT

ELECTRICAL PLAN

SCALE: 1/4" = 1'-0"E2.5

4

ELEVATOR EQUIPMENT ROOM

ENLARGED ELECTRICAL PLAN

Revision

Number Date Description

2 10/19/2017 ADDENDUM #2

4 12/01/2017 POST BIDADDENDUM #1

tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval
tshaw
Oval