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