Loading...
HomeMy WebLinkAbout2. Accept Bids / Award Contract for Archtectural Services RFP for Fire Station Construction / Public Works RemodelingCITY OF ROSEMOUNT EXECUTIVE SUMMARY FOR ACTION CITY COUNCIL MEETING DATjE: JUNE 23, 1992 AGENDA ITEM: Award Contract For Architectural AGENDA SECTION: Services For Fire Station Project Old Business PREPARED BY: Stephan Jilk AGENDA NO. ATTACHMENTS: Proposals,From Three Finalists APPROVED BY: Memo on Ranking Per City Council directin advertisements were placed to receive proposals to provide architecturallervices on the proposed referendum and construction of a new fire station and remodeling at the current fire station and public works'garage. Twelve firms requested the RFPs'and six firms returned proposals to complete the work. These six firms were then scored, using a method which recognized several factors including experience, understanding of the work to be completed, the proposed process to follow in the referendum stage and the construction stage and cost of the firms' services: This scoring was conducted in an effort to create a short list so that only three firms would be interviewed. Based on this scoring the following firms were interviewed as theyjranked 1, 2 and 3. Arthur Dickey Architects Boarman And Boarman and dissociates Charles Novak Architects' An interview team made up of Mayor McMenomy, Ron Wasmund, our Director of Public Works and I conducted interviews on Wednesday, June 17th of these three firms Based on these interviews, the proposals submitted and the interview teams discussion and consensus the interview team wishes to recommend the hiring of the firm of Boarman and Associates to conduct architectural services to the City of Rosemount as defined in the Request For Proposal For Architectural Services Fire Station Construction Public Works Remodeling and as submitted by the firm. RECOMMENDED ACTION: MO'T'ION TO APPROVE THE HIRING OF THE FIRM OF BOARMAN AND ASSOCIATES TO PROVIDE ARCHITECTURAL SERVICES TO THE CITY OF ROSEMOUNT FOR FIRE STATION CONSTRUCTION AND PUBLIC WORKS REMODELING AS OUTLINED IN THEIR PROPOSAL DATED JUNE 5, 1992 AND AUTHORIZE THE MAYOR AND CITY CLERK TO SIGNITHE NECESSARY CONTRACT DOCUMENTS. COUNCIL ACTION: g (Pity of (Rosemount PHONE (612) 423-4411 2875 - 145th Street West, Rosemount, Minnesota FAX (612) 423.5203 Mailing Address: P.O. Box 510, Rosemount, Minnesota 55068.0510 TO: Mayor E.B. McMenomy Ron Wasmund,,Public Works Director Scott Aker, Fire Chief .FROM: Stephan Jilk, City Administrator ! DATE: June 15, 1992 RE: Architectural Services Proposals Ranking / Interview / Selection MAYOR Edward B. McMenomy COUNCILMEMBERS Sheila Klassen James (Red) Steals Harry Willcox Dennis Wippermann ADMINISTRATOR Stephan Jilk We have received six proposals for.architectural services on the Fire Station/Public Works construction projects. A list of those firms requesting information and those responding are attached. Upon receiving those six proposals, I established a ranking system for reviewing those six and selecting three finalists for interview. The criteria used and the resulting ranking information as attached for your consideration. The task before us now is to choose of the final candidate to recommend to the City Council on June 23rd. I have scheduled these three finalists for interview on Wednesday, June 17th starting at 6:30 p.m. Attached find a copy of the three firms proposal's and a copy of the RFP we prepared for their consideration. I.have scheduled the interviews one hour apart and expect them to conclude in 45 - 50 minutes each. I expect to ask questions following the same criteria I used to rank the applicants and that is: Municipal experience Project specific experience Experience with the City Understanding of project Cost Thank you for helping in this selection process and we will see you on Wednesday evening at about 6:15 p.m.. lj (Sverylkivngs (90ming (UP 90semountll Li rmwled Geoer Proposals for Architectural Service Fire Station/Public Works June, 1992 Firm Contact Phone Phase I Phase Total Overall Name Person Cost II Cost Cost Ranking Boarman David 339- $10,700 132,500 143,200 #1 & Asso. Kroos 3752 Arthur Mary 920- $14,460 138,040 152,500 #2 Dickey Hustad 3993 & Asso. Charles Charles 423- $ 6,000 121,000 127,000 #3 Novak Novak 2254 Arch. Kodet Ed 377- $ 9,900_ 138,000 147,900 #4 Arch. Kodet 2737 Group Winsor/ Ellen 227- $14,700 125,300 140,000 #5 Faricy Larken 0655 Trossen Michael 222- $10,000 115,000 125,000 #6 /Wright Trossen 1244. • Ranking Criteria Used Fire Station Referendum Project 1. Experience on Municipal Building Projects Points (Pts) 1 project = 5 pts Weight = 25% 5 projects = 10 pts 15 projects = 15 pts 20 projects = 20 pts 2. Experience on Fire Station / Public Works Projects 1 project = 5 pts Weight = 25% 5 projects = 10 pts 15 projects = 15 pts 20 projects = 20 pts 3. Experience with the City of Rosemount 1 project = 5 pts Weight = 10% 2 projects = 7 pts 3 projects = 10 pts 4. Firms understanding of RFP and their approach to work program as presented. (i.e.: was it clear they understood need and was it clear to reviewer what was being proposed. Pts = range 1 - 10 Weight = 20% 5. Combined Total Cost of Phases I & H 1 = #1 (highest) Weight = 20% 2=#2 4=#3 6=#4 S=#5 10 = #6 (lowest) RANKING: BASED ON CRITERIA AND WEIGHTING Firm Criteria Pts Weight Score Rank Boarman 1 20 .25 5 2 15 .25 3.75 3 5 .10 .5 4 10 .20 2.0 5 4 .20 .8 A. Dickey 1 20 .25 5 2 15 .25 3.75 3 5 .10 .5 4 8 .20 1.6 5 1 .20 - .2 Novak 1 10 .25 2.5 2 10 .25 2.5 3 7 .10 , .7 4 10 .20 2.0 5 8 .20 1.6 Kodet 1 20 .25 5 2 5 .25 1.25 - 3 0 .10 .0 4 10 .20 2.0 5 2 .20 .4 Page 2 Winsor/Faricy 1 15 .25 3.75 2 10 .25 2.5 3 0 .10 .0 4 6 .20 1.2 5 6 .20 1.2 Trossen/Wright 1 10 .25 2.5 2 10 .25 2.5 3 0 .10 .0 4 8 .20 1.6 5 10 .20 2.0 LIST OF RESPONSE TO RFP FOR FIRE STATION 1. Charles Novak Architects 7. 14750 So. Robert Trail Rosemount, MN 55068 423-2254 Q 2. Michael Trossen Trossen Wright Architects 405 Sibley St., Suite 230 St. Paul, Minnesota 55101-1931 3. Winsor/Faricy Architects, Inc. Attn: M. Gene Coffey 28 West Fifth St., Suite 375 St. Paul, MN 55102 227-0655, 423-1529 FAX 223-8030 4._ Bob Vanney Vanney & Assoc. 3440 Federal Dr., #250 Eagan, MN 55122 452-0088, FAX 452-2766 5. Randy Engel Burtow 2345 Rice St. St. Paul, MN 55113 483-6701 FAX 483-2574 Ed Kodet Kodet Architect's Group 6. 515 Groveland Terrace Minneapolis, MN 55403 377-2737 FAX 377-1331 8. Jens Beck (' Lambert and Beck Architects 436 Century Plaza 1111 Third Ave. So. Minneapolis, MN 55404 344-1889 FAX 344-1896 Eric Hansen SKD Architects FAX 591-6119 9. Jack Anderson JEA Architects 5221 Crestwood Dr. Minnetonka, MN 55345 935-5164 FAX 595-9612 10. Michael Klein Phillips - Klein Co., Inc. 708 N. First St, Suite 334 Minneapolis, MN 55401 341-3081 T C; 11. thur Dickey Architects, nc. 4930 France Avenue South Minneapolis, MN 55410�_� 920-3993 P�r— 12. oarman & Associates ttn: David Kroos 0' 222 N. 2nd Street 0 Minneapolis, MN 55401 Q M 339-3752 Dxe a��e-54L-5- xL4f--1/VZEn REQUEST FOR PROPOSALS FOR ARCMECTURAL SERVICES FIRE STATION CONSTRUCTION PUBLIC WORKS REMODELING FOR: THE CITY OF ROSEMOUM PROPOSALS DUE: 2:00 P.M., JUNE 5, 1992 LOCATION: CITY OF ROSEMOUNT 2875 145TH STREET WEST P.O. BOX 510 ROSEMOUNT, MN 55068 i If TABLE OF CONTENTS Paae I. PURPOSE OF REQUEST 1 II. INSTRUCTIONS TO PROPOSERS 1 III. PROPOSAL CONTENTS 2 IV. SCOPE OF WORK 4 V. SELECTION 7 VI. TERMS AND CONDITIONS 8 VII. PROPOSAL CONTEXT - GENERAL INFORMATION 10 APPENDIX A - APPLICANT ASSURANCES 12 i REQUEST FOR PROPOSALS REFERENDUM THROUGH CONSTRUCTION CITY FACILITIES PROJECT CITY OF ROSEMOUNT I. PURPOSE OF THE REQUEST The City of Rosemount is requesting proposals for architectural services for the City in developing schematic drawings, cost estimates, referendum services and final design and construction services for the construction of a fire station, remodeling of an existing station for use as a public works facility and other small remodeling and/or expansion projects involving city facilities. II. INSTRUCTIONS TO PROPOSERS A. All proposals should be sent and all questions and correspondence should be directed to: Susan M. Walsh, City Clerk City of Rosemount 2875 145th Street West P.O. Box 510 Rosemount, MN 55068 (612) 423-4411 B. All proposals must be received no later than 2:00 p.m., Friday, June 5, 1992, at which time they will be opened. Ten (10) copies of the proposal must be presented. C. In order to be considered a valid proposal, each proposal must meet the following requirements: a. Written proposals are the only valid form. Proposals received after 2:00 p.m., Friday, June 5, 1992, will be returned unopened. Verbal proposals will not be permitted. b. Each proposal must be signed by an officer of the company who can be held accountable for all representations. - C. Providing less than ten copies of the proposal will invalidate the proposal. Request For Proposal Fire Sta./P.W. Remodeling D. The proposal shall be limited to a maximum of thirty pages, printed on one side. Additional material, other than that requested by the City, will be disregarded. E. The City will review the proposals and schedule interviews for all finalists during the week of June 8, 1992. Selection will occur at a special City Council meeting on June 23, 1992. III. PROPOSAL CONTENTS A. Title Page Show the proposal subject, the name of the proposer's firm, local address, telephone number, name of the contact person, and the date. In the event that a combination of firms is proposed, please indicate the lead firm. B. Table of Contents Include a clear identification of the material by section and by page number. C. Identification of Assigned Personnel 1. The name of the person that would be responsible for the management and administration of a contract with the City. A description of such person's experience and qualifications is necessary. 2. The names of the professional staff that would be assigned to City projects. 3. A statement committing the aforementioned staff to this project. 4. If joint ventures are proposed or consultants will be retained, a statement of such arrangements must be contained in the proposal including a brief description and qualifications of each participant's role. D. Identification of representative projects the firm has worked on for the public sector and specific activities performed and who can be contacted at the public, agency. 2 Request For Proposal Fire Sta./P.W. Remodeling E. Proposer's Detailed Approach to Project Tasks 1. The proposal shall address in detailed fashion the approach of the firm or combination of firms to the Scope of Work. 2. -The proposal shall identify a specific time frame for the completion of each element of the Scope of Work as outlined above. F. Disclosures and Assurances (Appendix A) 1. Applicant Authority - Assurance that the signatory making representations in the proposal on behalf of the proposer has the authority to do so and to bind the firm to a contract. 2. Compliance with Affirmative Action - The City of Rosemount, Minnesota, has adopted a policy that it will not discriminate in employment practices on the basis of race, color, creed, religion,. national origin, sex, age,.marital status, public assistance status, veteran status, handicap or disability; that it has agreed to take affirmative action to recruit minorities, women and handicapped persons into its employment; and that it will transact business only with firms who have adopted similar non-discriminatory and affirmative action policies. In cases where a contract with the City of Rosemount will exceed $50,000 and the number of full-time employees exceeds twenty (20) in the company making a Proposal, in its Proposal the company must furnish the City of Rosemount with documentation that shows the company has adopted a written affirmative action policy-: Contracts which exceed $50,000 will not be awarded to companies of more than twenty full-time employees which fail to provide verification of an affirmative action policy. 3. Firm Not Debarred - A certification that the firm/firms or employees thereof are not on.the "List of Persons or Firms Currently Debarred for Violations of Various Public Contracts Incorporating Labor Standards Provisions." 3 Request For Proposal Fire Sta./P.W. Remodeling IV. SCOPE OF WORK A. B. General Purpose of Request The City of Rosemount is requesting proposals from professional firms for planning and design services related to a proposed new fire station and remodeling of an existing fire station for use as a public works facility and a minor remodeling of existing public works garage. The work consists of two separate phases. Phase I Phase I will consist of program refinement, site analysis and layout, refinement of preliminary schematic design and cost estimating to prepare the City for referendum on this project in the fall of 1992. Phase II Phase II will consist of detailing: of the design. work,.: - contract document phases, bid and construction_.._. supervision. This phase will be contingent.on_the. approval of the project through.the.referendum needed to finance the construction work. Background In 1988 a study was completed by the City which looked at the location and space adequacy of the current fire station. This study suggested that a new facility should be built and it should be located at a site more centrally located to population growth. In 1990 a "space needs" analysis was completed by a consultant and a citizen's review committee for the City. This study confirmed the space needs aspect of the fire station along with recommendations to utilize the existing station for a public works facility and to perform minor remodeling in the current public works garage to enhance it for additional personnel functions. This study also provided a preliminary architectural program for these facilities and preliminary cost estimates to complete the proposed construction and remodeling work. It is expected that the firm selected will provide guidance and cost estimating to help the City make a 4 C. Request For Proposal Fire Sta./P.W. Remodeling final determination to proceed with a referendum and provide the necessary concept plans for public review. Construction of the facilities will be contingent on the success of the bond referendum. Services to Provide Phase I Under Phase I the selected firm will review the completed studies of 1988 and 1990. The firm will provide comments as to any suggested revisions to those studies as the basis to proceed. The City intends to finance these projects through a bond referendum. The referendum has tentatively been scheduled for September 15, 1992. To provide a basis for the referendum and to best inform the City voters as to the costs and considerations within the issue the following architectural services will be required. 1. Meet with City staff, officials and the public to review the preliminary architectural program.. statement for further refinement and definition. 2. Establish a preliminary architectural program. 3. Review the proposed sites, prepare overall concept plans for the new fire station and remodeling of existing buildings. 4. Prepare schematic plans for facilities with a cost estimate, making modifications to plans as may be necessary for preferred plans. 5. Schematic design shall denote the facility layout in relationship to site adaptability, determination of preliminary building systems, i.e., building materials and building form. 6. Provide the City with alternate design approaches and utilization of existing technologies for facility components. 7. Supply support information which addresses function, operational costs, aesthetic considerations and the costs for any alternatives. 8. Provide a cost estimate for the preferred alternative which will be used as a basis for a bond referendum and for financing the facility. 5 Request For Proposal Fire Sta./P.W. Remodeling 9. Attend necessary meetings with the City Council and appointed groups designated to address design and cost factors associated with the project. 10. Provide the necessary support documentation for the City Bond Referendum, including the necessary cost estimates, drawings, renderings or revellent information necessary to conduct that referendum. 11. Provide "proof" for further additions compatibility to the new fire station. Fee Structure Compensation for the above services under Phase I will be under a fixed fee basis. Services provided under Phase II of the contract will be based on any standard fee structure submitted by the firm and agreed to by the City. Any method of calculation will be acceptable for consideration provided the cost for Phase II is clearly shown and is understood in the submittal of the architectural firm. Phase: II contingent upon the passage of the bond referendum, the following additional architectural services will be required by a professional firm: 1. Meet with the City staff and officials for further refinement and confirmation of the architectural program. 2. Prepare detailed plans for approval. Consider and prepare alternative plans as may be necessary. 3. Prepare a palette of materials, finishes and colors anticipated to be used in the construction process. 4. Prepare a detailed plan, after approval, with construction documents and specifications for public bid and construction. The architect shall prepare all necessary forms for the contract agreements, etc., for contracting and construction of the facility. 5. Coordinate the bid opening, make recommendations for awards. F Request For Proposal Fire Sta./P.W. Remodeling 6. Manage the contract through aspects of construction, including: a. Administration of the contractor, and as the City's representative. b. Certify contractor's request for payment based on the progress and quality of the work. C. Review and approve contractor's submittals such as shop drawings, product data and samples. d. Prepare change orders and construction change order directives for City's approval. e. Make interpretations and decisions consistent with the intent of the contract documents. 7. Attend all necessary meeting, organizations and present materials required, represent the City's best interests. 8. Payment schedule: The City shall pay for all services and items provided by the firm under Phase I, upon completion of the phase or for a schedule mutually accepted by the City and firm.. The City shall pay for all services and items provided under Phase II on a progress basis,_ as major elements of the phase is completed. Contract Documents: A request for the proposal of intention, is qualified only by any attachments and thereof, shall constitute the contract. Any necessary alterations, descriptions of alternatives and services, clarifications, may be covered in such documents. In a written request, by either party, the City and the Firm may negotiate a separate contract covering the general conditions and price schedule proposed. Any such contract shall supersede the proposal only upon its execution; the proposal continuing in force and affect until that time. V. SELECTION A. The City reserves the right to reject any or all proposals, and is not bound to accept the lowest cost proposal if that proposal is contrary to the best interests of the City. B. The proposals will be evaluated by a selection team. The team will rank the proposals and provide this information to the City Administrator. 7 Request For Proposal Fire Sta./P.W. Remodeling C. Selection of the firms to be invited to respond to the RFP in this regard shall be based upon the following criteria: 1. The firm's approach to and understanding of the project. 2. The firm's experience in similar projects, including public safety facility design, demonstrated project management expertise, and previous experience on government projects including referendum assistance. 3. The experience and qualifications of the project staff in similar projects, including the criteria above. 4. The firm's demonstrated ability to keep on schedule and within budget. 5. The extent of project involvement by top management. 6. The extent to which previous clients have found. the firm's project services acceptable.. 7. The firm's most significant qualifications for this project. B. Previous city experience with the consultant firm. VI. TERMS AND CONDITIONS A. The City reserves the right to cancel or amend the request for proposals at anytime. The City reserves the right to determine the successful respondent. The City reserves the right to reject any or all proposals. B. The City will not be liable for any costs incurred by the firm responding to this request. C. Upon submission, all proposals become the property of the City, which retains the right to use any ideas presented in any proposal submitted, whether or not the proposal is accepted. D. A contract will be executed between the successful respondent and the City. It is anticipated that the contract will be a full service architectural and engineering contract type AIA B-141, and that the successful designer's proposal and specifications of 8 Request For Proposal Fire Sta./P.W. Remodeling this request, including the Terms and Conditions set forth herein, will be incorporated in the contract. E. The City shall pay the firm for services on the basis of the approved fee or fee schedule per the proposal. F. The firm shall not assign any interest in this contract and shall not transfer any interest in the same without the prior written consent of the City. G. For the purposes of this agreement, the consultant shall be deemed to be an independent contractor, and not an employee of the City. Any and all agents, servants, or employees of the designer or other persons, while engaged in the performance of any work or services required to be performed by the City under this agreement, shall not be considered employees of the City of Rosemount and any and all claims that may or might arise on behalf of the City, its agents, servants or employees as a consequence of any act or omission on the part of the designer, its agents, servants, employees or other persons shall in no way be the obligation or responsibility.of the City. The. consultant, its agents, servants, or employees -shall be entitled tononeof the rights, privileges,. or benefits of City employees except as otherwise may be stated herein. H. The City shall pay for all services and items provided by the firm under the proposal in a lump sum upon completion of the project or on such schedule as shall be mutually accepted by the City and the firm. I. The consultant further agrees to comply with all federal, state and local laws or ordinances, and all applicable rules, regulations, and standards established by any agency of such governmental units, which are now or hereafter promulgated -insofar as they relate to the designer's performance of the provisions of this agreement. It shall be the obligation of the designer to apply for, pay for and obtain all permits. J. The City requires affirmative action, and therefore, the firm selected shall not discriminate under the contract against any person in accordance with federal, state and local regulations. R. If, for any reason, the firm selected is not able to commence services under its proposal within 30 days after its award, the City reserves the right to award the contract to the next most qualified firm. 9 Request For Proposal Fire Sta./P.W. Remodeling L. If, for any reason, the firm shall fail to fulfill in timely and proper manner the obligations under the contract, the City shall reserve the right to terminate said contract by specifying the date of termination in a written notice to the firm..at least sixty (60) calendar days before the termination date. In this event, the firm shall be entitled to just and equitable compensation for any satisfactory work completed. M. No elected official or employee of the City who exercises any responsibilities in the review, approval or carrying out of the proposal or contract shall participate in any decision which affects his or her direct or indirect personal or financial interest. VII. PROPOSAL CONTEXT - GENERAL INFORMATION A. City Organization The City of Rosemount was incorporated in 1971 as a statutory, plan A city. It has a Council - Administrator form of government.. -The City provides a full array of municipal services including water, sewer, and street lighting utilities; fire, police and civil defense protection; and general administrative functions. 1. City Council - The Rosemount City .Council is the final review and approval authority regarding all contracts, payments, plans, improvements, policies, procedures and other business of the City. The City Council, composed of four members and the Mayor, is the legislative and policy making body of the City. The Mayor, who presides over the City Council meeting, is elected at large for a two year term. The Councilmembers are elected at large for four year terms. 2. City Administrator - The City Administrator reviews and coordinates all matters coming before the City Council. Ke/she is responsible for the implementation of Council direction and the coordination and management of City departments on a daily basis. 3. City Staff - The City Administrator implements Council direction through the department heads of seven City Departments. They are Police, Fire, Public Works, Finance, Community Development, Parks & Recreation, and Administration. 10 B. C. Request For Proposal Fire Sta./P.W. Remodeling Demographic Statistics The City of Rosemount is a fast growing city. Its population growth and the predominance of two income households places a significant demand on City services and facilities. A summary of the City's population growth is outlined in the following table: 1980 U.S. Census 5,083 1988 Metropolitan Council Estimate 7,400 1990 U. S. Census 8,622 Rosemount's growth is expected to continue into the future due to its locational amenities and the current environment and pressures for household formation. Conservative estimates place the City's population near 15,000 by 2000. As a result of the mobility associated with in -migration, the population is very young with a median age of thirty-two and less than five percent of the population over sixty. The growth places substantial demand on City services and facilities. Economic Overview The City of Rosemount is a third ring suburb which is roughly fifteen percent developed. It has approximately 140 acres of commercially zoned land and 2460 acres of industrial land. In excess of 200 businesses are located in Rosemount. This employment base provides job opportunities to more than 4,700 persons. 11 Request For Proposal Fire Sta./P.W. Remodeling Appendix A Applicant Assurances The applicant hereby assures and certifies: 1. That the individual signing the assurance form on behalf of the individual, partnership, company or corporation named in the proposal possesses the legal authority to execute the proposed study. 2. In connection with this proposal and any subsequent contract the consultant shall not discriminate against any employee applicant for employment because of race, color, creed, religion, national origin, disability, age, sex or status regarding public assistance. The consultant will take action to ensure that applicants are employed and that employees are treated -during their employment without regard to their race, color, creed, religion, national.origin, disability, age, sex or status regarding public assistance. in accordance with federal and state law and local policy. 3. The consultant/consultants or employees thereof are not on the "List of Persons or Firms Currently Debarred for Violations of Various Public Contracts Incorporating Labor Standards Provisions." 4. The consultant agrees to comply with all applicable federal, state and local compliance requirements. (Name of Firm) (Authorized Signature) (Title) (Date) 12 OFFICIAL ADDRESS: ' ARCHITECTURAL SERVICES FIRE STATION CONSTRUCTION PUBLIC WORKS REMODELING CITY OF ROSEMOUNT 2875 145TH STREET WEST ROSEMOUNT, MINNESOTA CHARLES NOVAK, ARCHITECT 14750 SOUTH ROBERT TRAIL ROSEMOUNT, MN 55068 ' TELEPHONE: 423-2254 CONTACT: CHARLES NOVAK June 5, 1992 City of Rosemo nt 2875 145th Street West Rosemount, MN 5068 RE Proposal for Architectural Services Fire Station Construction/Public Works Remodeling Dear Mayor, City Council, City Staff: On behalf of Chlarles Novak, Architect, Inc., I would like to express my app eciation for the opportunity to provide a proposal on the architectural services for this project. As I stated at a Council Meeting last month, I have maintained an architectural firm in the City of Rosemount for over twenty years, and during that period have been afforded very few opportunities to make proposals on City projects. I feel my design team can provide the City with a well-designed, cost-conscious project that will be an asset to the City of Rosemount for years to come. Since this proj'ct comprises buildings that personally serve my business, m residence and those of most of my staff, I assure the Cit that we will strive to make it as cost-efficient as possible. I hope the City staff will give careful consideration to my proposal and give me the opportunity to interview with your Selection Committee to discuss my design team's experience and qualifications in further detail. Sincer y Charles D. Novak, President Charles Novak, Architect, Inc. 14750 SOUTH ROBERT TRAILI - SUITE 200 ROSEMOUNT, MINNESOTA 55068 (612) 423-2254 ' TABLE OF CONTENTS Page A. Design Team 1 B. Project Commitment 3 C. Representative Projects 3 D. Phase I - Project Profile 5 ' E. Phase I - Compensation 6 ' F. Phase II - Project Profile 7 G. Phase II - Compensation 10 ' Appendix A 11 ,t r A. J A DESIGN TEAM 1. CHARLES',NOVAK, ARCHITECT, INC. This architectural firm was initiated as a sole proprietorship at its present location in Rosemount in 1972 and incorporated in the State of Minnesota in 1979. The President of the firm is Charles D. Novak, who received his Bachelor of Architecture Degree from Iowa State University in 1968, with post graduate study at Mankato State University. a. Mr. Novak would be the design team member responsible for the management and administration of this project's contract with the City of Rosemount. Mr. Novak has been a registered architect in the State of Minnesota for the past 24 years; and has been design architect for such national corporations as Pamida, International Dairy Queen and Country Kitchen Restaurants. He is also registered to practice architecture in an additional 36 states. Mr. Novak's architectural practice has included a wide variety of experience in all fields of architectural design, while concentrating to a great extent on commercial h. arc itecture. A partial breakdown by project type, not including public sector projects, follows, to demonstrate the diversity of Mr. Novak's experience: Restaurants ................... 200 projects Commercial .................... 250 projects Warehouse/Manufacturing ....... 50 projects Medical/Professional Offices .. 50 projects Institutional...... .... ... 30 projects Religious ... ......... ... 50 projects Residential ....... 75 projects b. The Project Manager assigned to this project would be Mark Lindell, a graduate Architect from North Dakota State University, with over 10 years' experience with this firma Mr. Lindell's experience follows somewhat the same diversity as previously indicated for Mr. Novak, with the majority of his tenure with this firm in a Project Manager capacity. 1 - 2. The Structural Engineer for the project would be Mr. Gerry Picker, a Graduate of the University of Minnesota and a registered Structural Engineer with over 30 years' experience. 3. Architectural draftsman and administrative personnel would be assigned to the project on a per -need basis to accomplish the project tasks per the time schedules specified. 4. The Mechanical and Electrical Engineering consultant for this project would be Dolejs Associates, Inc., Mankato, Minnesota. Mr. Joseph Dolejs, PE, President of Dolejs Associates, Inc., would be the registered Engineer in charge of this project and would assign his staff as required to meet the time schedule set by the Architect. Following is a partial listing of projects in which the design of mechanical and electrical systems form a base of experience useful to this project: Mower County Courthouse Remodel, Austin, MN City Hall/Jail Remodel, Decorah, IA Highway Maintenance Building, Byron, MN Buffalo County Office/Jail, Alma, WI Fire Station, Calmar, IA Maintenance Garage Remodel, Rosemount, MN Fire Station, Atwater, MN DOT Vehicle Storage Garage, Austin, MN Vehicle Maintenance Building, Willmar, MN Brown County Jail Remodel, New Ulm, MN Law Enforcement Center, Mankato, MN Fire Station, Appleton, WI Fire Station, Madison Lakes, MN - 2 B. The architectural firm of Charles Novak, Architect, Inc., and the consulting engineering firm of Dolejs Associates, Inc., commit their staff as previously described, along with additional necessary technical and administrative personnel to the completion of this project within the time lines established. C. REPRESENTATIVE PROJECTS 1. Charles Novak, Architect, has furnished architectural services for a number of projects within the public sector, both on an individual basis and as a joint venture with Edward W. Novak, Architect, Austin, MN. Following is a partial listing of representative projects: Public Works Facility, Perham, MN Contact: Don Christenson Fire Station, Cleveland, MN Contact: Larry Johnson Portable Classroom Facilities, ISD 1196 Contact: Steve Hanson Public Works Remodel, City of Rosemount Police Station Remodel, City of Rosemount Reclamation Facilities Building, Austin, MN (A joint venture with Edward W. Novak, Architect) Contact: Jeff Weaver, Facilities Manager Municipal Swimming Pool, Austin, MN (A joint venture with Edward W. Novak, Architect) Contact: Mayor John O'Rourke The public sector experiences of the architectural firm of Charles Novak, Architect, Inc., has been limited by the firms's emphasis on private sector commercial architecture. This private sector's experience, however, has provided design experience with such projects as warehouses, bus garages, service garages, office buildings, office warehouses, and restaurants, all of which have design elements similar to those proposed in this project 3 I 2. Representative public sector projects for which the p p 7 consulting mechanical and electrical engineer, ' Dolejs Associates, Inc., has provided design services has been outlined previously in this proposal. In addition to the public sector projects y indicated, this firm has a great deal of experience in private sector projects with similar design aspects such as warehousing, office/warehouses, armories, recreational centers and health care facilities. ' The firm consulting also has had a vast amount of public sector experience in projects of a different design type than requested in the proposal, but providing experience in working with city and/or school district staffs. 1 1 - 4 - ■ D. PHASE I --PROJECT PROFILE ' 1. Upon selection of this design team by the City of Rosemount as Architect/Engineer for this project and the completion of a design contract, the team ' will review the completed studies of 1988 and 1990 within a one-week time period in preparation for meetings with City staff, officials and the public. 2. Week of July 5 ' Meet with City staff, officials and public to review the existing studies and determine in -put for changes to the preliminary design elements proposed' in the existing studies. ' 3. Week of July 12 and July 19 Establish a preliminary architectural program based on the 1988 and 1990 studies and the in -put from the previous meetings. ' Visit proposed building sites with City staff and prepare an evaluation report on each site, indicating advantages and disadvantages for use by the City in the site selection process. Prepare concept plans based on the original space ' needs analysis and the upgrading of this analysis as requested by previous meetings. Present concept plans with associated cost r estimates to staff and discuss revisions to such plans. ' 4. Week of July 26 Prepare preliminary site plans for selected site, indicating site adaptability. Furnish an outline specification indicating designer's recommendations for building materials and systems. Indicate procedure for future expansion of the facility when required. Present preliminary site/building layout plans to staff for discussion of revisions and alternatives. .., - 5 - E. 5. Week of August 2 Prepare presentation site plan, building plan, building elevations, outline specifications and cost estimate based on preferred alternatives. Upon approval of presentation documents, prepare colored architectural perspective and presentation design boards for use in meeting with the City Council and group meetings. 6. Weeks of August 2 through September 15 Provide all necessary drawings, cost estimates and support documentation necessary to inform the public as to the aspects of the project. Attend meetings with City groups to inform these groups as to the various aspects of the project and elicit their support for the Referendum. PHASE I - COMPENSATION Charles Novak, Architect, will provide all services as described in the Phase I Project Profile for a total fee of Six Thousand Dollars ($6000.00). If the Referendum passes, and the City of Rosemount enters into a design contract with Charles Novak, Architect, for Phase II, Four Thousand Dollars ($4000.00) of the fee for Phase I would be credited to the Phase II compensation. ' F. PHASE II - PROJECT PROFILE 1. Week of $eptember 20 Initiate an Owner/Architect Design Contract with the City of Rosemount based on the accepted ' proposal. 2. Week of September 27 Meet with City staff and officials for further refinement and confirmation of the architectural program. Set a tentative project timetable for the project through completion. Make arrangements for on-site soil tests and acquire information on size and location of all utilities serving the site. Make arrangements to obtain a complete site topography and boundary survey, indicating all easements affecting the site. 3. Weeks of October 4 through October 18 Prepare design development drawings, further defining building materials, construction systems, mechanical systems and electrical systems. ' Meet with City staff and officers to review the design development drawings and discuss alternative options. Meet with City staff to review 2988 and 1990 studies as they relate to the Public Works 1 Remodeling. 4. Weeks of October 25 through November l ' Revise design development drawings per review by City staff and officials. ' Prepare color boards indicating material finishes and colors. Review revised design development drawings and color boards with City staff and officials. Obtain approval of design development drawings. 7 _ ' Prepare preliminary design drawings for the Public g g Works Remodeling and meet with City staff to review the same,. ' Revise preliminary design drawing per City staff review and prepare a color board indicating materials and finishes for the Public Works Remodeling. 5. Weeks of November 8 through November 14 rPrepare design development drawings for the Public_ Works Remodeling and meet with City staff for approval'. 6. Weeks ofiNovember 22 through January 31 993 ' Prepare Construction Documents and Specifications for public bid and construction, including interior review, and up-date with City staff. ' Prepare ridding documents including all necessary forms for the Contract Agreement. ' Present completed Construction Documents and bidding documents for the Fire Station and Public Works Remodeling to City staff and Council for ' approvalto go for bids. 7. Weeks of'February 7 through March 7 ' Submit Construction Documents to the Builder's Exchanges and to City Building Inspection ' Department for plan review. Assist contractors with inquiries during the bidding period. ' necessary Prepare addenda and review requests for approved equals. Coordinate the bid opening, review the bids, and make recommendations to City staff concerning award of bids. 8. Weeks of March 14 through March 21 Prepare contracts between Contractor and City and have contracts reviewed by the City Attorney for his approval. - 8 - I Obtain signed contracts and submit to City. Obtain necessary Certificates of Insurance, lists of sub -bidders, construction timetable,, etc. 9. Weeks of March 28 through July 25 Provide construction phase administration of the Fire Station construction, including the following service: a. Administrate the construction contract as the City's representative. b. Certify contractor's request for payment based on the progress and quality of the work. C. Review and approve contractor's submittals such as shop drawings, product data and samples. d. Prepare change orders and construction change order directives for City's approval. e. Make interpretations and decisions consistent with the intent of the contract documents. Attend all necessary meetings and organize and present materials required, to represent the City's best interests. Provide a substantial completion inspection and final inspection of the Fire Station, and prepare a deficiencies list for each inspection. 10. Weeks of August l through September 12 Provide construction phase administration of the Public Works Remodeling including the same services as indicated in Item 9 above. Provide inspections of final items at the Fire Station to conclude the construction phase of that portion of the contract. Provide a substantial completion inspection and final inspection of the Public Works Remodeling and prepare a deficiencies list for each inspection. Review the completed project with the contractor and City staff to assure that all phases of the contract have been completed. 9 - G. PHASE II -,COMPENSATION Compensation for architectural and engineering services shall be billed per monthly invoice based on the percentage of completion of each phase of the architectural and engineering contract. Breakdown of the total fee shall be based on the following percentages: Preliminary Design Phase ................... 5% Design Development Phase ................... 10% Construction Document Phase ................. 60% Bidding Phase ................ •10% Fire Station Construction Phase............ 10% Public Works Remodeling Phase .............. 5% Total compensation for architectural and engineering fees, not including reimbursable expenses as set forth in the Contract Between -Architect and Owner shall be One Hundred Twenty Five Thousand Dollars ($125,000.00). 10 - 7 In ■ Request for Proposal Fire Station Public Works Remodeling Appendix A Applicant Assurances The applicant hereby assures and certifies: 1. That the individual signing the assurance form on behalf of the individual, partnership, company or corporation named in the proposal possesses the legal authority to execute the proposed study. 2. In connection with this proposal and any subsequent contract, the consultant shall not discriminate against any employee applicant for employment because of race, color, creed, religion, national origin, disability, age, sex or status regarding public assistance. The consultant will take action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, creed, religion, national origin, disability, age, sex or status regarding public assistance in accordance with federal and state law and local policy. 3. The consultant/consultants or employees thereof are not on the "List of Persons or Firms Currently Debarred for Violation's of Various Public Contracts Incorporating Labor Standards Provisions". 4. The consultant agrees to comply with all applicable federal, state and local compliance requirements. I Charles Novak, Architect,Inc. ;V o Firm) (Authorized Signature) President (Title) June 5, 1992 (Date) - 11 - OFFICIAL ADDRESS: 14750 South Robert Trail Rosemount MN 55068 CITY OF ROSEMOUNT Architectural Services Proposal for FIRE STATION CONSTRUCTION AND PUBLIC WORKS REMODELING June 5, 1992 l Submitted by: Boarman Kroos Pfister & Associates 222 North Second Street Minneapolis, Minnesota 55401 (612) 339-3752 Contact: David Kroos, Principal E June 5, 1992 Mr. Stephan Jilk City Administrator CITY OF ROSEMOUNT P.O. Box 510 Rosemount, MN 55068-0510 Dear Steve: On behalf of Boarman Kroos Pfister & Associates, I appreciate the opportunity to present our credentials for the upcoming Fire Station Facility and Public Works Remodeling for the City of Rosemount. It has been a privilege to have had the opportunity to work closely with the City staff, City Council, and the Citizen's Advisory Committee on the recently completed Needs Assessment Study. We request the opportunity to continue to serve the future facility needs of Rosemount. The strengths and advantages we bring to this project hopefully will benefit the City as follows: 1. Familiarity and knowledge of the existing Municipal Facilities. 2. An understanding of the functional requirements and space needs of the Fire and Public Works Departments, as derived from the recently completed space needs study by our firm. 3. A project team comprised of our most experienced staff committed to a quality project that is on time and on budget. 4. An established working relationship with the City staff and City Council. 5. Commitment to an implementation schedule that is most advantageous to the City in procuring the most competitive bids in the best bidding climate 6. Proven referendum experience. I would encourage you to contact our references regarding our ability to fulfill our clients objectives and find solutions to the client's concerns for quality, cost, and function. We are prepared to begin work immediately on the Rosemount project. Thank you for the opportunity to be of service. AS11.y, .esident Boarman Kroos Pfister & Associates, Inc. ' 2-14rose IBOARMAN KROOS PFISTER & A S S O C I A T E S I A R C H I T E C T U R E I N T E R I O R D E S I G N E N G I N E E R I N G 222 North Second Street • Minneapolis Minnesota 55401 • Fax 339-6212 Phone 612-339-3752 Equal Opportunity Employer TABLE OF CONTENTS SECTION PAGE NO. LETTER OF INTRODUCTION 1 A. FIRM IDENTITY 2 B. IDENTIFICATION OF KEY PERSONNEL 3 - 7 C. KEY EXPERIENCE SUMMARY S - 9 Recent Municipal Projects (Attachment) D. PROJECT APPROACH 10-12 Preliminary Schedule (Attachment) E. PROPOSED FEE STRUCTURE 13 F. DISCLOSURES AND ASSURANCES 14 (Appendix A) Certificate of Compliance (Attachment) EXHIBITS SECTION 15-22 A. FIRM IDENTITY - BOARMAN KROOS PFISTER & ASSOCIATES Boarman Kroos Pfister & Associates is a twenty member, multi -discipline firm, providing services in architecture, interior design/space planning, engineering and construction administration. The firm was founded in 1978 by Jack Boarman, Principal and Director of Design. Boarman Kroos Pfister & Associates' practice is a balance of government, corporate, and commercial/banking clients. Our design process is centered on the client's needs. It begins with understanding the client's objectives, identifying specific needs, developing alternatives and supplying solutions that address the client's concern for quality, cost and service. The following summary illustrates our capabilities and credentials. Architecture Architectural Design Complete Technical Documentation Computer Aided Design (CADD) Graphics Design Construction Administration Site Planning CSI Specifications Computer Based Project Scheduling Planning Feasibility Studies Facility Evaluation Project Budget/Schedule Program Development Space Programming Master Planning Interior Design Interior Image Concepts Space Planning Material Specifications Furnishing Specifications Furniture Installation Interior Graphics Systems Mechanical Engineering Energy Use/Conservation analysis HVAC System Design System Operation and Training Construction Phasing Fire Protection Systems Electrical Engineering Lighting Design Power System Design Communication System Design Construction Phasing Security System Layout Structural Engineering Structural Analysis & Design Structural System Comparisons Existing Structure Evaluations Dynamic Vibration Analysis Construction Administration Contractor Selection Assistance Contract Management Cost Control Construction Scheduling Construction Observation Computer Aided Design Our computer system is used throughout the design process and can be generate complete contract document packages. Precisely dimensioned floor plans, reflected ceiling plans, interior and exterior elevations, details and schedules are a few of the system's applications. Additionally, documents can be stored in a library of typical details generic to a prototypical project to be used on a repetitive basis. CADD offers the client time saving benefits and value design options. Bond Referendum Assistance The firm has developed a Bond Referendum Assistance Program which enables communities to structure an Out Reach Program which can impact positively at the polls. 9 out of 11 communities that Boarman Kroos Pfister & Associates has been associated with have passed their referendums. Over a ten year period, the firm has established in-depth research and space needs standards for government facilities. !WM B. IDENTIFICATION OF KEY PERSONNEL Boarman Kroos Pfister is prepared to commit its most experienced staff to this project in order to accomplish the work on time and on budget. If selected, the project team will view this project as an immediate schedule priority to comply with the City of Rosemount's schedule demands throughout the course of the project. David Kroos, will serve as Project Principal. Paul Mickelberg will serve as Project Manager. Together, with 25 years of collective experience, they have, over the past 6 years been responsible for all of the large scale municipal building projects. David R. Kroos ' Project Principal Mr. Kroos with 16 years experience has worked extensively with the project team as a Project Manager. He has handled the larger and more extensive municipal and corporate projects with several receiving professional publication. He would be responsible for the management and administration of the contract with the City of Rosemount. Representative Experience: Government Minneapolis - Fire Stations #27 & #28 Bloomington City Hall/Police Study Bloomington Fire Station Coon Rapids Municipal Facilities Master Plan Fridley Municipal Center/Police /Fire Station/Ramp Champlin City Hall/Police/Public Works/Fire Station Rosemount Municipal Study Maple Grove Fire Station Minnetonka Fire Stations(3) Plymouth Fire Station Melrose City Hall/Library/Police Orono Municipal Center New Ulm Fire Station Little Canada Fire Hall Minnetrista Municipal Center Richfield City Hall Eau Claire, WI - Police Needs Assessment Study St. Louis Park City Hall/Police/Fire Administration White Bear Township - Town Centre Owatonna Public Library Education: University of Minnesota Bachelor of Architecture ' Minnesota Registration #113557 Paul Mickelberg, AIA Project Manager Mr. Mickelberg is responsible for project coordination and client communications. His experience includes a extensive governmental projects. Representative Experience: Government Fridley Municipal Center/Police/Fire Station/Ramp Little Canada Fire Hall Plymouth Fire Station Champlin City Hall/Police/Public Works/Fire Station Melrose City Hall/Police/Library St. Louis Park Police Facility Minneapolis Third Precinct Station Minnetonka Fire Stations (3) Education: University of Minnesota ■ Bachelor of Architecture Bachelor of Arts ' Urban and Study Workshop, Biot France 1982 Minnesota Registration #18758 ' Memberships: MSAIA Jay Richardson, AIA Project Architect Bloomington City Hall Study Bloomington Fire Station Study Rosemount Municipal Study Fairmont City Hall/Police Station Elk River City Hall/Police Study Minnetonka Fire Stations (3) Mr. Richardson with 10 years experience as a project architect has extensive government project experience. Mr. Richardson has worked as project architect on various projects including the Owatonna Public Library expansion and remodeling. Government Owatonna Public Library Orono Municipal Center Minnetrista Municipal Center Minneapolis Fire Station #27 Minneapolis Fire Station #28 Bloomington Fire Station #1 Bloomington Fire Station #2 Nicollet County Historical Society Museum Corporate Caterpillar, Inc. - Central Office Facility, Peoria, IL Dow Chemical Co., Midland, MI Koch Refining Co., Office & Lab- Pine Bend, MN Rayven, Inc., Warehouse & Lab, St. Paul, MN ' Education: University of Minnesota - Master of Architecture, 1982 University of Minnesota School of Architecture Travel Study, Peoples Republic of China, 1981 ' University of Nebraska, B.S. Architectural Studies, 1977 CAD Training "AES", 1990 Registrations - Minnesota, 1983, Wisconsin, 1987 Memberships: AIA, MSAIA -4- Victoria S. Johnson Interior Designer/Space Planner Ms. Johnson's experience spans financial, corporate and municipal projects. Her skills as an interior and space planner, include both library facilities and high-density storage and file facilities. Government Minnetonka Fire Stations Melrose City Hall/Library/Police Becker County LEC Orono City Hall Coon Rapids Municipal Facilities Study Bloomington Facilities Study Rosemount Municipal Study Fridley Municipal Center/Police/Fire Station/Ramp Champlin City Hall/Police/Fire Station/Public Works Rice County Social Services Minnetrista Municipal Center Little Canada Fire Station Education: University of Minnesota, Interior Design Hubert H. Humphrey Institute -University of Minnesota Paul N. Roitenberg Director of Mechanical and Electrical Engineering Mr. Roitenberg has 33 years of experience and has been responsible for the design, coordination and planning of mechanical system for medical, commercial, industrial, educational and governmental buildings whose mechanical costs range from $100,000 to $5 million. Areas of Expertise: Mechanical Systems Design, Energy Use/Conservation analysis, Complete Technical Documentation, HVAC System Design,System Operation and Training, Construction Phasing,Fire Protection Systems, Operating Cost Analysis,Energy Audit and Control,Cost Estimating, Civil Engineering and Plumbing. Government MNDOT Bloomington Fire Station Durand Wisconsin Municipal Building Minneapolis Fire Station #27 & 28 Minnetrista Municipal Center Orono City Hall Melrose Municipal Center Orono Public Works Facility Education: BSME Mechanical Engineering University of Minnesota Professional Engineer, Minnesota, Wisconsin, Iowa, Michigan and Florida. -5- Mike McGie Electrical Designer Mr. McGie has extensive experience with municipal facilities, commercial, industrial plants and residential high, mid, and low rise complexes. He is familiar with all forms of power, control and communication distribution systems. Government Apple Valley Public Works Facility Eagan Maintenance Facility Chaska Truck Garage Fridley Civic Center/Fire Station/Ramp Champlin Municipal Center LeSueur County Education: Anoka, AVTI - Electrical Design University of Minnesota Jeffrey Rudin, P.E. Structural Engineer Minnetonka Fire Station (3) Minneapolis Fire Stations #27 &28 Bloomington Fire Station St. Louis Park Police Facility Mr. Rudin has provided design services for municipal, commercial, industrial and parking structures for the past 16 years. He is actively involved in computerizing the office and implementing CADD. Mr. Rudin was recently elected President of the local chapter of the Minnesota Society of Professional Engineers for the 1993 - 1994 term. Government Bloomington - Main Fire Station Bloomington - Fire Station #3 Brooklyn Center - Community Center Renovations Brooklyn Center - Police Station - Renovations Brooklyn Center - City Garage Roof Evaluation Brooklyn Park Fire Station - Renovation Brooklyn Park Operations & Maintenance Facility Addition Brooklyn Park - Community Activity Center ' City of Chanhassen - City Hall Addition City of Chanhassen - Fire Hall Addition and Renovation City of Pine River - Fire Station Addition City of Renville - Community Center Study Rush City Fire Station - Apparatus Room Expansion St. Louis Park Police Facility ' Education: University of Colorado - Boulder 1976 Bachelor of Science - Architectural Engineering w/Structural Option Registered in the States of Minnesota and Wisconsin Memberships: President-elect - Local Chapter of MN Society of Professional Engineers Jon T. Rall Construction Coordinator Mr. Rall provides field observation, scheduling, coordination, and execution of the intent of all documents through construction completion. Representative Experience: Government Melrose Municipal Center/Police Champlin City Hall/Police/Public Works/Fire Station Fridley Municipal Center/Police/Fire Station/Ramp Becker County Melrose City Hall/Police/Library Minnetonka Fire Stations(3) Plymouth Fire Station Third Precinct Police Station Becker County Martin County Multi -Use Facility Belle Plaine Fire Station Annette Island Dam, Alaska Black Horse Dam and Hydro, Washington State Big Stone Power Plant, South Dakota Garrison Division Project, North Dakota Education: University of South Dakota CONSULTANTS DAMON FARBER ASSOCIATES INC. Landscaping/Site Design ' Damon Farber Associates brings extensive award winning governmental and office building experience and has worked with Boarman Kroos Pfister & Associates for 12 years. His work includes various office headquarters for MTS, IDS Learning Center, Lutheran Social Service Office Center, Champlin Municipal Center, and ETA Systems, and Smith Laboratories. Primary responsibility for coordination of landscape design for recreational and public open spaces include: Minnesota Zoological Garden; Plymouth Parks; Hidden Valley Regional Park; and others. ' Constructive Ideas Cost Estimating Constructive Ideas, as a leading construction firm in the upper Midwest, has worked with Boarman Kroos Pfister & ' Associates in the past providing construction cost estimating. Their leadership in the industry provides them a current and accurate process for establishing costs. ' John C. Johnson, P.E. Civil Engineering ' Mr. Johnson has 21 years experience as a Professional Civil Engineer. Within those years he has been responsible for work on various municipal and transportation related projects. Mr. Johnson's 14 years of experience on the City of Brooklyn Park Planning Commission, during which time Brooklyn Park grew from 34,000 to over 58,000 in population, gives him a unique perspective and understanding of working relationships between city staff and elected officials. C. KEY EXPERIENCE SUMMARY Boarman Kroos Pfister & Associates has extensive municipal experience which includes major work in fire station facilities. Municipal projects represent over 50% of the firm's practice. The design team understands the complex functional demands presented by fire station facilities which must provide not only the fire response and protection to the City, but also the administrative and training functions of the department. The relationship of function and facility design is seen most clearly in this specialized facility type which must house a significant vehicle and equipment investment as well as provide for the needs of staff, and the community. Beyond functional considerations, design quality is a significant component. Boarman Kroos Pfister & Associates takes pride in the ability to create innovative and timeless buildings, with and exceptional level of design quality. By incorporating creative solutions, the resulting facilities are a long-term asset to the community. ' Nearly all of our municipal projects include working with neighborhood or citizen groups in a concensus building effort to involve and inform the community in the design process. For example, we have recently worked with a neighborhood group in the City of Minnetonka to complete the third prototypical fire station. Meeting with them on a regular basis has produced valuable and constructive information which has stimulated innovations to the prototype design. ' Similarly, we have recently worked with citizen advisory committees in both Bloomington and Rosemount regarding their fire stations and other municipal facilities. They have provided us with a "window" into the community, serving as an integral part of the process, contributing their efforts in support of the project. One of the most important criteria throughout the design process is the user input from the fire department staff. It is important for the consultant to listen, advise, and act on information, suggestions, and insights offered by the department. Every client is unique. The study process and product as well as the final design solution should ' reflect this uniqueness. We have just completed a fire station for the City of Plymouth, a 13,500 S.F. facility which serves as the main station and houses not only the operational functions, but also the central administrative and training functions. The ' station is located in a residential setting, was sited to take advantage of the natural terrain and designed for neighborhood compatibility. The existing hill provides a natural screen for the apparatus bays and vehicle aprons. The emphasis on landscaping enhances the residential setting and positions the station as a good neighbor. The ' dispatch/communications room is located for quick access for first responders. The extended use of glass provides clear visual cues to the apparatus bay, vehicle aprons and operations areas. The apparatus bays are designed with excellent daylighting and adjacent to support areas for hose and brass goods, breathing equipment, etc. The City of Minnetonka engaged Boarman Kroos Pfister & Associates to design three, prototypical stations. Two have been completed and the third is in a design process. All of the stations were located in residential areas and strategic to effective response time. Each site presented access and egress challenges as well as neighborhood compatibility issues. Although the stations are prototypical in design, variations within the prototype were made possible to adapt to particular sites and give each station its' own unique appearance. The Minnetonka Fire Station is included in a national publication developed by the National Association of Fire Chiefs on Fire Station Design. Boarman Kroos Pfister and Associates presents the following list of fire stations which include new facilities, remodeling and additions, and stations that are currently in the design process. These projects range in size from 500,000-1.8 million dollars in construction. Plymouth, Minnesota Champlin, Minnesota Main Fire Station Satellite Fire Station Minnetonka, Minnesota Belle Plaine, Minnesota (3) Prototype Stations Main Fire Station Fridley, Minnesota New Prague, Minnesota Main Station Remodeling Main Station Remodeling Maple Grove, Minnesota Chanhassen, Minnesota Satellite Station Remodeling Satellite Fire Station Bloomington, Minnesota Main Fire Station Addition to Satellite Station St. Louis Park, Minnesota Fire Station Remodeling Little Canada, Minnesota Main Fire Station Rosemount, Minnesota Main Fire Station Cottage Grove, Minnesota Fire Station Masterplan City of Minneapolis Station No. 27 Station No.28 The following references, for projects most relevant to the Rosemount Fire Station project are included: REFERENCES City of Minnetonka (3) Prototype Satellite Stations Terry Schwerm, Asst. City Mgr. Dan Hargarten, Fire Chief Telephone: (612) 933-2511 City of Little Canada Main Fire Station Frank Graczyk, Fire Chief Telephone: (612) 484-2177 City of Bloomington Main Fire Station ' Ulysses Seal, Fire Chief Telephone: (612) 881-5811 City of Plymouth Main Fire Station Lyle Robinson, Fire Chief Telephone: (612) 559-2800 City of Maple Grove Fire Station Remodeling Scott Anderson, Fire Chief Telephone: (612) 420-4000 City of Minneapolis Fire Station No. 27 Fire Station No.28 Thomas Dickinson, Fire Chief Telephone: 673-2059 -9- RECENT MUNICIPAL PROJECTS APPLE VALLEY • N N • • 2. BLOOMINGTON • d • • >' • • • 3. CHAMPLIN V O C • . • • • • L O COON RAPIDS O c • • • �. • 5. EAGAN i • _ • i • 6. EAU CLAIRE w • • c a 1. APPLE VALLEY • • • 2. BLOOMINGTON • • • >' • • • 3. CHAMPLIN • • • • • • • 4. COON RAPIDS • • • • 5. EAGAN i • _ • i • 6. EAU CLAIRE • • 7. FRIDLEY • • • • • 8. LITTLE CANADA • • • • 9. MELROSE • • . >_>> • • • 10. MINNEAPOLIS • • .. _ <' • 11. MINNETONKA »»> • • • • 12. MINNETRISTA • • • • • 13. NEW PRAGUE ><> • • • • ::>>::»»' • • • 14. NEW ULM • • • 15. ORONO • • • • • • 16. PLYMOUTH • • • • 17. RICHFIELD • • • • << > • 18. ROSEMOUNT • • • • • 19. SHAKOPEE i • • 20. ST. LOUIS PARK • • • • • D. PROJECT APPROACH ' PHASE I - PRELIMINARY DESIGN AND REFERENDUM PROCESS 1. Program Review and Confirmation The intent of this preliminary phase is to reaffirm the requirements, scope, and budget for the proposed project prior to beginning any design phases. As a needs assessment study has been completed, the focus of this effort is on items which have not been totally confirmed to date and would include a review of the following. A. Site Location/Site Plan B. Space Requirements C. Project Priorities ' D. Project Budget 2. Schematic Design Phase ' Schematic Design initiates the design process by examining possible floor plan options, with the objective to focus on the best option that best meets the functional criteria of the facility. We will also address the ' issues of building image, neighborhood capability, site design, and cost. 3. Bond Referendum Assistance Program Process ' 1. Meetings with the client to understand their concept of the building and service needs for their community. ' 2. The preparation of an initial survey of the community to test the general understanding, consensus, and support of the proposed services and expanded building needs. If this has already been done, then a review of the data. 3. Discussions with the council and staff to adjust and define the general goals and objectives with regard to the survey input and anticipated community support of building needs. ' 4. The discussion and organization of a community citizen group to support the project and promote a successful bond election. 5. The preparation of a definite timetable for the total bond referendum process. 6. Preparation of the preliminary building plans and construction costs that represent the anticipated services to be provided by the city to the community. ' 7. Work with the community group, Council, and staff in a public meeting and/or survey process to test the proposed plans and services. ' 8. The preparation by the architect of plans, model, fliers, and brochures to be used at community meetings, to be mailed, and to be handed out by the community citizen group. ' 9. Establish with the city the appropriate date for the bond referendum election. 10. Additional preparation and coordination with the city and community group regarding a series of ' public hearings to thoroughly air the proposed project with the community. 1 -10- 11. The organization and timing for mailings to the community of the bond referendum literature during ' the two weeks prior to the bond election. This is a key time to deal with: 1. The plans for construction. 2. How will it serve the community's needs? ' 3. How much will it cost? 12. The organization of a phone bank of volunteers prior to the bond election to "get out the vote". The role of our firm in a successful bond referendum is to work with our client and the community by assisting, observing, and advising on how best to promote the project to get a "yes" majority at the election. In this process, which often takes between three to five months, the client's building goals often have to be expanded, reduced, or ' modified to achieve support of the basic needs prior to the bond referendum. As a part of our service, we attend all the community meetings, prepare all the flyers, brochures, and building ' design materials. In addition, we prepare a slide presentation to be used at the group meetings. IPHASE II - PROJECT IMPLEMENTATION ' 1. Schematic Design Phase Completion The schematic design phase will include a preliminary floor plan, sections, and elevations, as well as an ' outline specification which describes the construction type, materials and building systems. The first in a series of cost estimates will also be a crucial part of this phase. An owner approval of this phase is required prior to proceeding with design development. ' 2. Design Development Phase The design development documents are prepared from the approved schematics and form the basis for ' the construction documents. The design development phase fixes and describes the size and character of the entire project in greater detail. The engineering disciplines (mechanical and electrical), are brought into the process to define specifically the systems and components of the project. The design development ' documents include a floor plan, elevations, sections, and a definition of the mechanical and electrical systems. A very detailed cost estimate is also part of the submittal for owner approval. Costs are monitored and the project is adjusted or modified to be within the budget. ' 3. Construction Documents Phase The construction documents include the working drawings and specifications which illustrate in detail the ' requirements for the construction of the entire project. They are the legal documents from which the project is bid. This phase includes the final detailed cost estimate prior to bidding. Any adjustments necessary are made prior to the project being bid. Bid alternates are included as a part of cost control. ' The accuracy of our documents are maintained with two independent checks prepared at midpoint and at the conclusion of the working drawings. We will review the project for maintenance of the technical quality and completion of documents for approval by the City of Rosemount. ' Boarman Kroos Pfister & Associates will conduct a complete code review, the statement will include requirements for the handicapped, UBC, fire and life safety and OSHA. ' Maintaining Cost Control Boarman Kroos Pfister & Associates believes that construction cost is the responsibility of the architect and the engineer. Initially, we establish your budget and monitor it throughout the preparation of documents; ' therefore, when the project is bid there are no surprises. To this end, our firm has a Three Checkpoint Cost Control Method. It first provides an initial square foot ' cost estimate. It is prepared and reviewed by an independent cost estimator approved by the client. Our in-house research database comprised of facilities throughout the State, is a compilation of current square foot costs to be used as a basis of comparison for the preliminary budget figure. We provide the second ' cost estimate as part of the design development documents. The estimate is a detailed breakdown of building systems for the projected costs. The independent estimator verifies our construction estimate. The third checkpoint is at 85% completion of construction documents. ' The Three Checkpoint Method provides us with the ability to monitor the design in relation to the cost as the documents are being prepared. It also provides th client a detailed cost breakdown and enables us to compare one building system over another. Kraus Anderson provides us with the independent cost ' estimating function. If, when the project is bid, the cost exceeds 5% of the budget (contingency), we will re -draw the project at our expense to put the project back in line with the budget. This is our cost guarantee to our clients. ' 4. Bidding/Negotiation Phase Upon the owner's review and acceptance of the contract documents, and the council's approval to bid, a bid period is established. During this phase we assist the owner in the advertisement for bids, issuing ' documents and establishing a bidder's list. Additionally, we review product submittals for approval, answer questions regarding the documents and issue addenda as final modifications to the documents. Typically, we hold a pre-bid conference to familiarize contractors with the site and existing conditions, we are present ' at the bid opening, and assist the owner in the review and analysis of bids. 5. Construction Phase ' Boarman Kroos Pfister & Associates construction coordination is done by Jon Rall, Vice -President and Director of Construction Administration. His background is from the construction industry as a project supervisor. His field experience is extensive and he can work with contractors on behalf of St. Louis Park ' on critical areas of construction. We are in the field periodically during the construction phase and schedule owner/design/contractor meetings to review progress. In the event that there is any question of design intent, Jon Rall will notify David Kroos, Project Manager, immediately to provide a resolution. Our work during the construction phase includes the following: A. Administration of the contract for construction, and as the Owner's representative. ' B. Certify Contractor's request for payments based on the progress and quality of the work. C. Review and approve Contractor's submittals such as shop drawings, product data and samples. ' D. Prepare change orders and construction change order directives for Owner's approval. E. Make interpretations and decisions consistent with the intent of the Contract Documents. 1 -12- E. PROPOSED FEE STRUCTURE Basis of Compensation Boarman Kroos Pfister & Associates, as a service firm, is compensated on an hourly basis with a not to exceed fixed fee maximum. Therefore, the designer is compensated on the basis of service invested in the project work. Hourly Rates Project Principal $80/100 Project Manager $54/60 Project Architect $48/54 Interior Designer $36/54 Engineering $60/70 Construction Admin. $65 Phase I - Preliminary Design/Referendum Assistance WORKSCOPE 1. Program Review and Confirmation $1,200 2. Preliminary Design $7,500 3. Bond Referendum Assistance $2,000 Total hourly compensation not to exceed $10,700 Phase 11 - Project Implementation WORKSCOPE 1. Design Development 2. Construction Documents 3. Bidding Phase 4. Construction Phase Fire Station fee to be based on 7% of the cost of construction. Public Works remodeling fee to be based on 9% of the cost of construction. Credit Back: Upon authorization to proceed with implementation, the architect will credit back to the City of Rosemount $7,500 from the Phase I - Preliminary Design/Referendum Assistance. Additional Services: If requested, will be billed at standard hourly rates. Reimbursable Expenses: Expense of reproductions and travel will be billed at cost to the client. Note: Public Works Remodeling Workscope We anticipate a minor workscope for the public works/remodeling as this is a temporary move in the long- term masterplan. Minimal short term modifications at least cost to the City would be the appropriate approach. -13- F. DISCLOSURES AND ASSURANCES Request For Proposal Fire Sta./P.W. Remodeling Appendix A Applicant Assurances The applicant hereby assures and certifies: 1. That the individual signing the assurance form on behalf of the individual, partnership, company or corporation named in the proposal possesses the legal authority to execute the proposed study. 2. In connection with this proposal and any subsequent contract the consultant shall not discriminate against any employee applicant for employment because of race, color, creed, religion, national origin, disability, age, sex or status regarding public assistance. The consultant will take action to ensure that applicants are employed and that employees are treated.during their employment without regard to their race, color, creed, religion, national origin, disability, age, sex or status regarding public assistance in accordance with federal and state law and local policy. 3. The consultant/consultants or employees thereof are not on the "List of Persons or Firms Currently Debarred for Violations of Various Public Contracts Incorporating Labor Standards Provisions." 4. The consultant agrees to comply with all applicable federal, ' state and local compliance requirements. (Authorized Signature) I PRESIDENT (Title) JUNE 5, 1992 ' (Date) - 14 - Boarman Kr.00s Pfister_& Associates 222 North Second Street Minneapolis, MN 55401 Q9V The Boarman Kroos Pfister & Associates, Inc. is hereby certified by the Department of Human Rights, State of Minnesota, as Having an affirmative action plan approvedby the Commissioner. This certification shall extend for two years beginning September 23, 1991 and is subject to revocation or suspension by the Commissioner of Human Rights for failure to make agood faith effort to implement the affirmative action plan. PLYMOUTH FIRE STATION _ � rlea r +� lk mot At /`s. a .\ 0 5 10 20 SCALE NORTH Minnetonka Fire Station #3 Minnetonka, MN 8200 S.F. L Pip PIP IN a FLU - 4 -AV WS -QWA AE --0:- :1 irsTel iv, I I ki [ell to] ki I J 1 :1 M-411 CAI I LI! -Ja : MINNEAPOLIS FIRE STATION NO. 27 LITTLE CANADA FIRE STATION N rr�y I F # A Ag LITTLE CANADA FIRE STATION Champlin Fire Station Champlin, MN 5000 S.F. A. PROPOSAL: ARCHITECTURAL SERVICES FIRE STATION CONSTRUCTION PUBLIC WORKS REMODELING FOR THE CITY OF ROSEMOUNT SUBMITTED BY: Arthur Dickey Architects, Inc. 4930 France Avenue South Minneapolis, MN 55410 920-3993 Contact: Arthur H. Dickey, A.I.A. June 5, 1992 B , TABLE OF CONTENTS SECTION PAGE NO. A. TITLE PAGE....................................................................1 B. TABLE OF CONTENTS......................................................2 C. IDENTIFICATION OF ASSIGNED PERSONNEL.................................................3-8 D. REPRESENTATIVE PROJECTS.........................................9-21 E. DETAILED APPROACH TO PROJECT TASKS....................22-25 F. DISCLOSURES AND ASSURANCES (APPENDIX A).................................................................26 G. FEE STRUCTURE..............................................................27 ARTHUR DICKEY ARCHITECTS, INC. 2 NSA c. IDENTIFICATION OF ASSIGNED PERSONNEL 1. PROJECT MANAGEMENT AND ADMINISTRATION Arthur H. Dickey, Principal in Charge, will be responsible for project management and administration of the contract with the City, as well as coordination of the project team. He and Mary B. Hustad, Project Architect, will work with the Fire Department, Public Works, and other City staff throughout the design process. Their involvement during the entire course of the project will provide continuity and consistency, and ensure that all programmatic, budget and schedule requirements are met. Following are the qualifications of key personnel: ARTHUR H. DICKEY, A.I.A. - PRINCIPAL IN CHARGE Project Management and Administration President, Arthur Dickey Architects,Inc. Bachelor of Architecture, University of Nebraska, 1952. Registered in Minnesota, Wisconsin, North and South Dakota, Iowa, and Missouri. Certified by National Council of Architectural Registration Boards 41 years experience; 30 years with Arthur Dickey Architects Professional Affiliations: American Institute of Architects (AIA) AIA Minnesota Chairman, Edina Codes and Building Ordinance Committee Chairman, Edina Energy Conservation Commission Edina Community Center, Board of Directors Experience: Minneapolis Fire Station No. 6 Minneapolis Fire Station No. 7 Edina Fire Department Eden Prairie Fire Stations (3 facilities) New Brighton Maintenance Building Maintenance Building Addition, Moorhead State University Brainerd Armory Vehicle Storage Rosemount National Guard Armory ARTHUR DICKEY HER ARCHITECTS, INC. 3L= I Co IDENTIFICATION OF ASSIGNED PERSONNEL ARTHUR DICKEY ARCHITECTS, INC. 2. PROFESSIONAL STAFF The following individuals will have key roles in the design and construction of the Rosemount Fire Station and Public Works remodeling: MARY B. HUSTAD, A.I.A. - PROJECT ARCHITECT Programming, Site Analysis, Design, Construction Documents, Construction Contract Administration. Vice President, Arthur Dickey Architects Bachelor of Architecture with Distinction, University of Minnesota, 1982 Registered in Minnesota 13 years experience with Arthur Dickey Architects Professional Affiliations: American Institute of Architects (AIA) AIA Minnesota Experience: Recent specialized experience in programming, site analysis and conceptual design: Inver Grove Heights Fire Station No. 1 Site Analysis and Selection Washburn Community Library Feasibility Study Waseca Community Center and Ice Arena Feasibility Study Hennepin County Medical Center Ambulance Substation Analysis Project experience includes design and administration of several fire stations; project architect for the following: Inver Grove Heights Fire Station No. 1 Eagan Fire Stations 4 and 5 Ashland Petroleum Company Fire Station Expansion (preliminary design) Spring Lake Park/Blaine/Mounds View Fire Stations No. 1,2,4, & 5 .O 4' ANNE L. LUNDBERG, I.D.A. - INTERIOR DESIGNER Bachelor of Science, Interior Design, University of Minnesota, 1973 22 years experience Professional Affiliations: Independent Designers Association Experience: Spring Lake Park/Blaine/Mounds View Fire Stations No. 1,2,4, & 5 ARTHUR DICKEY v� ARCHITECTS, INC. 5;M; STEVEN H. BELMONT A.I.A. - SENIOR ARCHITECT Cost Estimates, Specifications; Supervision of Construction Documents Vice President, Arthur Dickey Architects Bachelor of Architecture, University of Minnesota, 1973 Registered in Minnesota 18 years experience Professional Affiliations: Institute of Architects (AIA) CAmerican • AIA Minnesota IDENTIFICATION International Conference of Building Officials Construction Specifications Institute OF ASSIGNED PERSONNEL Experience: Spring Lake Park/Blaine/Mounds View Fire Stations No. 1,2,4, & 5 (Cost Estimates, Specifications) Rosemount National Guard Armory Experience with previous firm: Bloomington Acura Dealership/Service Bays Hopkins Honda Dealership Downtown Pontiac -Jaguar Dealership ANNE L. LUNDBERG, I.D.A. - INTERIOR DESIGNER Bachelor of Science, Interior Design, University of Minnesota, 1973 22 years experience Professional Affiliations: Independent Designers Association Experience: Spring Lake Park/Blaine/Mounds View Fire Stations No. 1,2,4, & 5 ARTHUR DICKEY v� ARCHITECTS, INC. 5;M; IDENTIFICATION OF ASSIGNED PERSONNEL Experience while self-employed and/or with previous firm: Hennepin County Juvenile Justice Center Mother Cabrini Haus Shelter (Minneapolis Community Development Agency) Lovegreen Industrial Service, Inc. Office space 3. COMMITMENT Following initiation of the contract we will..... * Begin work immediately, to ensure completion of preliminary design and cost estimates prior to an anticipated September bond referendum. * Coordinate the professional team. * Assign project team members and support staff as outlined above. 4. CONSULTANTS We have retained the following consultants for work on the fire station construction and Public Works remodeling: CLARK ENGINEERING CORPORATION Structural Engineering CHARLES E. HANSEN. P.E. - PROJECT STRUCTURAL ENGINEER President, Clark Engineering Corporation Bachelor of Architectural Engineering(Structural), North Dakota State University, 1966 Registered in Minnesota 23 years experience with Clark Engineering Co. Professional Affiliations: Consulting Engineers Council of Minnesota Post -Tensioning Institute American Consulting Engineers Council American Concrete Institute ARTHUR DICKEY ARCHITECTS, INC. IDENTIFICATION OF ASSIGNED PERSONNEL PROJECT EXPERIENCE: CLARK ENGINEERING CORPORATION/ CHARLES E. HANSEN Spring Lake Park/Blaine/Mounds View Fire Stations No. 1,2,4, & 5 Eagan Fire Stations No. 4 and 5 Inver Grove Heights Fire Station No. 1 Edina Fire Station Eden Prairie Fire Stations ( the above with Arthur Dickey Architects) Other fire stations include: Randall, Becker, Osakis, Jordan, Minnetonka, Delano, Minneapolis No. 24, and Braham Fire Stations. Maintenance/Garage Facilities: MNDOT Shops in Jordan and Marshall, MN Anoka County Maintenance Facility City Shop Addition, Waconia, MN MTC Bus Garage, Minneapolis -St. Paul International Airport Bus Maintenance Garage, Mounds View School District W.J. SUTHERLAND & ASSOCIATES, INC. Mechanical and Electrical Engineering WILLIAM T. SUTHERLAND - PROJECT ELECTRICAL ENGINEER Director of Engineering, W.J. Sutherland & Associates, Inc. Bachelor of Science, Electrical Engineering, University of Minnesota, 1970. Registered in Minnesota 22 years experience Professional Affiliations: IEEE Power Engineering Society and Industry Applications Society Illuminating Engineering Society Electrical Industry Equipment Evaluation Panel ARTHUR DICKEY �� ARCHITECTS, INC. 7:1E: CORY D. SUTHERLAND - PROJECT MECHANICAL ENGINEER Vice President, W.J. Sutherland & Associates, Inc. Mechanical Engineering, Computer Science, University of Minnesota Dunwoody Industrial Institute - HVAC Design Certificates in ASME Boiler and Pressure Vessel Code Section I, National Electric Code, and Air Conditioning System Design 13 years experience Professional Affiliations: C Construction Specifications Institute American Society of Plumbing Engineers IDENTIFICATION Certified in Plumbing Engineering Association of Energy Engineers OF ASSIGNED PROJECT EXPERIENCE: W.J. SUTHERLAND & ASSOCIATES, INC./ PERSONNEL WILLIAM T. SUTHERLAND CORY D. SUTHERLAND MNDOT Truck Maintenance Garage Additions (5), Southern Minnesota United Telephone Systems Garage and Dispatch Facility, Plainview, MN United Telephone Systems Garage and Dispatch Addition, Hastings, MN St. Louis Park Central Garage Addition, St. Louis Park, MN ARTHUR DICKEY IMM ARCHITECTS, INC. 8 EMA � D. REPRESENTATIVE PROJECTS ARTHUR DICKEY ARCHITECTS, INC. INVER GROVE HEIGHTS FIRE STATION NO. 1 Design of a new four -bay (one drive through) fire station for a volunteer fire department to replace the existing facility at 70th Street and Clayton Avenue. Scope of work included: PHASE ONE: PREPARATION FOR BOND REFERENDUM Site Selection, Needs Assessment, Schematic Design, Design Development, Cost Estimates, and Scale Model Formal presentations at each phase to Fire Department and City Council Public presentation to neighborhood Assistance with Publicity for Bond Referendum (Graphics, Model) PHASE TWO Design refinement, Construction Documents, Bidding Services, Construction Contract Administration, and Selection/Specification of Furnishings and Equipment. Owner: City of Inver Grove Heights 8150 Barbara Avenue Inver Grove Heights, MN 55075 457-2111 (Original contact no longer available) ADDITIONAL CONTACT PERSON: Mr. Thomas Alcorn (former District Chief, Inver Grove Heights Fire Dept.) Manager, Safety/Security ASHLAND PETROLEUM CO. 100 West Third Avenue P.O. Drawer 9 St. Paul Park, MN 55071 458-2604 '�7 '-" z C rn m �� D � � � O � z z z orn �� 4 H r a o CLAYTON AVENUE FIRST FLOOR PLAN I i r7i7i i r i., ORT 02468 20 SECOND FLOOR PLAN 0 24 68 20 INVER GROVE HEIGHTS FIRE STATION NO. l D , REPRESENTATIVE PROJECTS EAGAN FIRE STATIONS NO. 4 AND 5 Design of a prototype two -bay drive through facility for the Eagan Volunteer Fire Department. Scope of work included: PHASE ONE: PREPARATION FOR BOND REFERENDUM Needs assessment, schematic design, design development, cost estimates, perspective rendering. PHASE TWO Construction Documents, Bidding Services, Construction Contract Administration. OWNER: EAGAN FIRE DEPARTMENT Mr. Ken Southorn, Fire Chief 3795 Pilot Knob Road Eagan, MN 55122 454-5274 CITY OF EAGAN Mr. Thomas Hedges, City Administrator 3830 Pilot Knob Road, P.O. Box 21199 Eagan, MN 55122 454-8100 SPRING LAKE PARK/ BLAINE/ MOUNDS VIEW FIRE STATIONS NO. 1, 2, 4, & 5 Design of two new three -bay stations, and addition of crew quarters to two existing stations for a volunteer fire department. Scope of work included full architectural services and selection/bidding of furnishings. Currently under construction. OWNER: SPRING LAKE PARK/ BLAINE/ MOUNDS VIEW FIRE DEPARTMENT Mr. Ronald W. Fagerstrom. Fire Chief 1810 Highway 10 Spring Lake Park, MN 55432 786-4436 CITY OF BLAINE Mr. Don Poss, City Administrator Mr. Bryan Schafer,Prin. Planner 9150 Central Avenue NE Blaine, MN 55434 784-6700 ARTHUR DICKEY low ARCHITECT'S, INC. I AM 1, Y Js M I� EDINA FIRE DEPARTMENT A four - bay drive - through fire station for the City's full time Fire Department. Scope of work included full architectural services. OWNER: CITY OF EDINA Mr. Theodore R. Paulfranz, Fire Chief 6250 Tracy Avenue Edina, MN 55436 927-8861 Ext. 313 REPRESENTATIVE MINNEAPOLIS FIRE STATION NO.7 A three - bay station located near the University of Minnesota West Bank; complete PROJECTS with living quarters. Scope of work included full architectural services. (Completed with the firm Shifflet, Hutchison & Dickey) OWNER: CITY OF MINNEAPOLIS (Original contact no longer available) ASHLAND PETROLEUM CO. FIRE STATION ADDITION/REMODELING Design of an addition to the existing fire station to accommodate additional apparatus bays, meeting/training room with kitchen, exercise room, new dispatch area, and upgraded toilet/shower facilities. Schematic design and cost estimate complete; project on hold pending financing. OWNER: ASHLAND PETROLEUM CO. Mr. Thomas Alcorn Manager, Safety/Security 100 West Third Avenue, P.O. Drawer 9 St. Paul Park, MN 55071 458-2604 ARTHUR DICKEY Mot ARCI-HTECTS, INC. 16 ' EDINA FIRE DEPARTMENT ENTRY EXIT I. REPAIR SHOP 9. KITCHEN 2. STORAGE 10. MECHANICAL ROOM 3. APPARATUS ROOM 11. RESTROOMS 4. EQUIPMENT WASH 12. CAPTAIN 5. LOCKER ROOM 13. ASST. CHIEF 6. WATCH ROOM 14. CHIEF 7. DORMITORY 15. PATIO 8. LOUNGE CPUBLIC BUILDING ■ ■ 13,100 SQUARE FEET The Edina Fire Department ser- vices a suburban community of Minneapolis. Because it is located in a residential area, special care was taken to design a facility compatible with the surrounding structures. The fire station includes a four bay apparatus room as well as a two bay repair shop for fire department vehicles. The watch room is located at the front of the station where it can control access to the buiding, monitor communi- cations, and oversee exiting of fire trucks from the building. Dormi- tory and lounge spaces are at the rear of the building, convenient to the parking area. A clerestory skylight brightens the firemen's lounge, providing daylight for this multi -use area. The lounge space, which includes kitchen and dining areas, is adjacent to an exterior private patio. ■ �A I D. REPRESENTATIVE HENNEPIN COUNTY MEDICAL CENTER AMBULANCE SUBSTATION ANALYSIS A Prototype ambulance facility to be constructed at several locations. The first facility is planned for Richfield, attached to the City's fire station. Scope of the work included programming, schematic design, and cost estimate. OWNER: HENNEPIN COUNTY PROPERTY MANAGEMENT Mr. Prashant Kharkar, Planning Manager A-2208 Government Center Minneapolis, MN 55487-0228 348-4433 PROJECTS NEW BRIGHTON MAINTENANCE BUILDING Garage and repair facilities for the City's Police, Parks, Street and Water Departments. Scope of work included full architectural services. OWNER: CITY OF NEW BRIGHTON 803 5th Avenue North West New Brighton, MN 55112 633-1533 (Original contact persons not available) MAINTENANCE BUILDING ADDITION, MOORHEAD STATE UNIVERSITY Addition to an existing maintenance facility to accommodate repair shops, storage, and support functions. Scope of work included full architectural services. OWNER: STATE OF MINNESOTA Mr. George Iwan Department of Administration AR'T'HUR DICKEY ARCHITECTS, INC. NEW BRIGHTON MAINTENANCE BUILDING NEW BRIGHTON MINNESOTA 1 *17 17 4-S2 7 . .......... 3 1. STREETS AND WATER DEPTS. 2. REPAIR GARAGES 3. PARKS AND POLICE DEPTS. 4. STORAGE ' -57-tEP:4IIt (STORAGE 6. ELECTRICAL ROOM 7. WATER METER REPAIR 8. PARTS . WOOD SHOP 100. PAINT SHOP ' 11. LOCKER ROOMS 12. LUNCH ROOM 13. WATER AND SEWER LEADMAN 14. MAINTENANCE SUPERINTENDANT 15. PARK FOREMAN AND SUPT. ' 16. ENTRY 17. PARKING 1 PUBLIC BUILDING ■ ■ 1 21,200 SQUARE FEET This new maintenance building houses garage and repair facilities for the City's Police, Parks, Streets and Water departments, and pro- vides office space for the support personnel here. Machine shops, supply storage, and lunch and locker rooms for employees are also provided. The use of a variety of concrete block patterns makes the exterior virtually maintenance free, while it helps define and .express the dramatic forms of the building. New site landscaping improvements provide a visual barrier between the building and surrounding railroad yards. This aesthetic architectural treatment of a public maintenance facility, with- out sacrificing attention to func- tion and economy of construction, serves as an example to future City projects and inspires redevelop- ment in the area. zm_m� � D. REPRESENTATIVE PROJECTS ARTHUR DICKEY ARCHITECTS, INC. Division of State Building Construction State Administration Building, Room G-10 St. Paul, MN 55155 296-4656 BRAINERD NATIONAL GUARD ARMORY AND VEHICLE STORAGE A 100 - person armory/ training facility for the Minnesota Army National Guard; includes vehicle wash bay and maintenance training bays. The vehicle storage facility is a metal building to be built adjacent to the armory. Scope of work included full architectural services; vehicle storage building currently pending authorization to bid (Construction documents complete) OWNER: STATE OF MINNESOTA DEPARTMENT OF MILITARY AFFAIRS Lt. Colonel Wayne Johnson Camp Ripley - Box 348 Little Falls, MN 56345 (612) 632-6631 Ext. 315 ROSEMOUNT NATIONAL GUARD ARMORY AND COMMUNITY CENTER An armory/ training facility for the Minnesota Army National Guard, including drive - through Maintenance Training Bays. Also included is the City of Rosemount Community Center. Construction Documents to be completed July 1992. OWNER: STATE OF MINNESOTA DEPARTMENT OF MILITARY AFFAIRS Mr. Craig Weber Camp Ripley - Box 348 Little Falls, MN 56345 (612) 632-6631 Ext. 7571 CITY OF ROSEMOUNT Mr. Stephan Jilk City Administrator 2875 145th Street West Rosemount, MN 55068 423-4411 Mul 20 amCA A "A NATIONAL GUARD ARMORY ROSEMOUNT, MINNESOTA AHIIIUit "I'll Y AW111MI'll, INC. L-.- I)Al lil DESIGN DEVELOPMENT NIASF TITLE I E. DETAILED APPROACH TO PROJECT TASKS ARTHUR DICKEY ARCHITECTS, INC. 1. APPROACH TO SCOPE OF WORK PHASE ONE The process we will utilize in completing Phase One of the fire station construction and Public Works Remodeling includes analysis, investigation of options, preliminary design and cost estimates. ANALYSIS The initial phase of the project will involve meetings with City staff, and Fire Department and Public Works representatives to review the Site Study and Space Needs Analysis previously completed. In addition, the preliminary program will be reviewed and revised as necessary. Issues to be addressed include: Space Allocation: Determination of square foot requirements for each function (based on working space requirements, equipment, truck configurations, number of bays, etc.) Organization: Facilitate efficient response to emergency calls, dispatching functions, maintenance of equipment, training activities, and support functions. Evaluate existing buildings with regard to remodeling - structure, organization, HVAC, electrical systems, code compliance, etc. Once the building program has been established, we can proceed with site analysis. Issues to be addressed in the site analysis (at all project sites), include the following: Site Features: Topography, soil conditions, drainage, natural vegetation. Site Access: Fire truck egress (including drive-through apparatus bays, if appropriate), as well as access for firefighters arriving at the station. Analysis of existing sites relative to vehicular access and maneuvering requirements. Parking: Provision for adequate firefighter parking, as well as public parking at the fire station. Evaluation of existing parking (expanded if required) for Public Works. F 22 no E , DETAILED APPROACH TO PROJECT TASKS ARTHUR DICKEY ARCHITECTS, INC. Zoning Issues: Setbacks, lot coverage, etc. Future expansion potential. Impact on surrounding neighborhood. The above issues will be studied and evaluated with conceptual site plans illustrating options for building (fire station) placement, vehicular circulation and parking. The existing buildings/sites will also be evaluated with regard to meeting program requirements. INVESTIGATION OF OPTIONS Design options for the fire station and Public Works facilities will be studied with regard to the above issues, utilizing diagrammatic floor plans and the site plan options as applicable. In addition, cost estimates (based on cost per square foot figures at this stage) will be studied with regard to each option. Advantages and disadvantages of each option will be documented and reviewed with City staff. We will then make a recommendation as to which options will best serve the needs of the Fire Department, Public Works, and the City. PRELIMINARY DESIGN AND COST ESTIMATES Upon approval by the City of the preferred options for the fire station and Public Works facilities, we will develop the designs in further detail. Options for the overall building form, including exterior materials and fenestration, will be studied. Preliminary design drawings for each facility will include site/landscaping plan, floor plans, elevations, and a color perspective rendering. Cost estimates based on a labor and material take -off will be completed for each facility. During this phase, we will meet with the City Council to review the project and provide the necessary support documentation for passage of the bond referendum. 23M PHASE TWO DESIGN DEVELOPMENT After the bond referendum has passed, we will again review the building program with City staff and Fire Department and Public Works representatives, and make changes if necessary. We will then proceed with design development, based on the approved preliminary design. Again, adjustments if needed will be made at this time. The Design Development phase will also include interior design and selection of finishes and colors for the City's approval. CONSTRUCTION DOCUMENTS E* This phase includes completion of the working drawings and specifications. A DETA I LE D detailed, complete set of working drawings and computer-aided specifications will ensure competitive, accurate bidding by Contractors, and minimize the need for APPROACH TO Change Orders during construction. PROJECT TASKS BIDDING During this phase we will respond to questions raised by Contractors, issue addenda as needed, evaluate bids, and make recommendations for bid award. CONSTRUCTION CONTRACT ADMINISTRATION During construction, we will make regular visits to the project sites to monitor progress of the work and compliance with the contract documents. We encourage representatives from the Fire Department, Public Works Department, and City to attend these meetings. In addition, we will process change orders and Contractor's Requests for Payment, review shop drawings, conduct the Final Inspection, and assist in project closeout. ARTHUR DICKEY ARCHITECTS, INC. 24! ' DETAILED APPROACH TO ■ PROJECT TASKS 2. TIME FRAME We anticipate the following time frame for each of the phases outlined above: PHASE I Preliminary Design and Cost Estimates, Presentation material for bond referendum publicity, meetings, etc. PHASE II Design Development Drawings and Cost Estimates Construction Documents, Drawings and Specifications, Final Cost Estimates Advertise for Bids and Bidding Contracts, bonds, etc., pre -construction meetings and construction Construction Begin June 24, 1992, complete all work including printing by Monday August 17, 1992. Bond referendum Tuesday September 15, 1992. September 16, to October 27, 1992 October 28 to January 15, 1993 January 15 to February 8, 1993 Council approval February 16, Construction start March 1, 1993 March 1 - December 1, 1993 (estimated) ARTHUR DICKEY 6"" ARCHITECTS, INC. 25 F. DISCLOSURES AND ASSURANCES (APPENDIX A) Appendix A Applicant Assurances The applicant hereby assures and certifies: 1. That the individual signing the assurance form on behalf of the individual, partnership, company or corporation named in the proposal possesses the legal authority to execute the proposed study. 2. In connection with this proposal and any subsequent contract the consultant shall not discriminate against any employee applicant for employment because of race, color, creed, religion, national origin, disability, age, sex or status regarding public assistance. The consultant will take action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, creed, religion, national origin, disability, age, sex or status regarding public assistance in accordance with federal and state law and local policy. 3. The consultant/consultants or employees thereof are not on the "List of Persons or Firms Currently Debarred for Violations of Various Public Contracts Incorporating Labor Standards Provisions." 4. The consultant agrees to comply with all applicable federal, state and local compliance requirements. hur Dicke Architects. Inc. 641AA, N (Authorized d Signatu ) President June 5. 1992 OFFICIAL ADDRESS: 4930 France Avenue South Minneapolis, MN 55410 ARTHUR DICKEY �. ARCHITECTS, INC. as 26M PHASE I COMPENSATION All services as outlined in the proposal for Phase I Drawings for referendum use will be done on a fixed basis for Fourteen Thousand Four Hundred Sixty Dollars ($ 14,460.00). L----�► PHASE II COMPENSATION GPhase II services will be based on a percentage of Seven and Five Eighths Percent .` (7-5/8%) times the cost of construction of the project, less the $ 14,460.00 fixed fee FEE STRUCTURE for Phase I. Additional Services The following services are not included in the above fees. If these are requested by the City they will be billed as additional services on an hourly basis: Soil Testing/Environmental Assessments Site Surveys (boundary/topographic) Measured Drawings of existing buildings, including documentation of existing mechanical/electrical systems Scale Model ARTHUR DICKEY Owl ARCHITECTS, INC. 2718 , I