request for proposal · town. the district envisions a local area network consisting of copper...
TRANSCRIPT
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
816-686-6480 Rev. 1 MTS 09102018
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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