ӰAV administrators request proposals related to professional design and architectural services for a renovation of the Kirkpatrick Fine Arts Center located on the ӰAV campus.
Complete information can be found below, with letters of intent due no later than 5 p.m. (CST) July 25, 2025, and RFP responses due no later than 5 p.m. (CST) Aug. 19, 2025.
Request for Proposal
Design Professional Services
Preliminary Architectural Services for the Kirkpatrick Fine Arts Center (KFAC)
RFP Number 2025-01 - Phase One - Kirkpatrick Auditorium
- Letters of Intent must be received by Friday July 25, 2025 at 5:00 p.m. CST.
- Questions about the RFP must be in writing, and must be received by Monday July 28, 2025 at 5:00 p.m. CST.
- Answers to questions will be provided to all bidders who have submitted a Letter of Intent. Answers will be provided on or before Wednesday July 30, 2025 at 5:00 p.m. CST
- RFP Responses must be received by Tuesday August 19, 2025 at 5:00 p.m. CST
Mail, Express Mail, or Hand Deliver Response To:
Chief Financial Officer
ӰAV
2501 N. Blackwelder
Administrative Building, Suite 205
Oklahoma City, OK 73106
FAXED SUBMISSIONS WILL NOT BE ACCEPTED
Refer Inquiries To:
Anna Davis
Chief Financial Officer
405-208-5494
ӰAV (University) invites interested and qualified Architectural firms to respond to this Request for Proposal (RFP) for Architectural Services related to the design of renovations of the University’s Kirkpatrick Fine Arts Center (“KFAC”) in Oklahoma City, Phase One, Kirkpatrick Auditorium. The University will manage responses, and will jointly qualify and contract with selected vendor(s,).
The architect or firm (“Architect” or “Respondent”) responding to this RFP should have substantial experience in designing performing arts centers with ancillary and support structures to be considered.
BACKGROUND
The KFAC will provide a facility that can host multi-purpose events and performances to attract the public for entertainment, educational, and recreational uses and purposes.
PROJECT DESCRIPTION
The KFAC houses numerous fine arts classrooms, a costume shop, a scene shop, dressing rooms, and four large dance studios. The building is also home to the Kirkpatrick Auditorium, which seats 1,100, the Margaret E. Petree recital hall, which seats 500, and the Burg Auditorium, which seats 250. The space is used year-round for University productions, including plays, musicals, instrumental performances, and dance performances.
Architectural Services are needed to renovate and update the existing KFAC, to address specific concerns articulated herein, as well as to generally refresh the performance spaces. As a private University, it is anticipated funding for the construction of the design will be available incrementally, based on capital campaign activity. Therefore, requests for proposals will be issued in phases, including budgetarily, based on highest priority of need as determined by the University. The first phase for which this RFP is issued is:
- Phase One: Kirkpatrick Auditorium and its associated spaces, including backstage areas, costume shop, scene shop, dressing rooms, and reception/lobby area leading into the Kirkpatrick Auditorium.
The University reserves the right, in its sole discretion, to modify the order of proposed phases, and/or to modify and/or cancel a planned phase.
SPECIFIC CONCERNS FOR KIRKPATRICK AUDITORIUM
- The Kirkpatrick Auditorium is the largest performance stage on campus. Design should include at least 900-1,000 comfortable audience seats, including ADA seating spaces.
- Within the KFAC design, all aspects of building infrastructure should be structurally sound, including HVAC systems, roofing, water, drainage, and plumbing, such that operation of building systems makes minimal noise that conflicts with performances.
- Construction within the KFAC may require abatement of asbestos or other hazardous substance remediation.
- The Kirkpatrick Auditorium should have a loading dock with truck door access from outside the KFAC.
- The Kirkpatrick Auditorium stage will require significant updates to its fly. Proposals should anticipate design of renovations to accommodate installation of additional fly lines, including necessary structural support for counter-weighted and electric lines. University reserves the right to require utilization of an identified vendor for this aspect of the design.
- The Kirkpatrick Auditorium stage includes an orchestra pit beneath the apron of the stage, which must be retained in future design. Pit should include hydraulic capabilities, minimally-obstructed sightlines, and improved ingress and egress for musicians. Under stage space should accommodate a grand piano, risers, music stands, chairs, etc.
- The Kirkpatrick Auditorium includes a balcony for seating and a control booth. Should those spaces be eliminated in any design, they must be absorbed into and included within the design elsewhere within the existing building space.
- Design should, to the fullest extent possible, retain the performance and audience spaces currently available. Stage size should be appropriate for dance, musical theatre, opera, and large instrumental ensembles, preferably at least 40’ X 30’.
- Kirkpatrick Auditorium stage should be constructed such that dance performances (including tap) can be held on the stage floor. Design should include the ability to install a portable raised dance floor over the existing stage.
- Kirkpatrick Auditorium stage should include stage traps with safety functionality.
- Kirkpatrick Auditorium stage should include wings of at least 15’, but preferably 20’.
- Kirkpatrick Auditorium stage should include operational stage curtains and appropriate fire curtains.
- Kirkpatrick Auditorium stage should include a backstage crossover (elevated or not), as well as catwalks.
- Kirkpatrick Auditorium performance area will utilize professional quality sound, sound-proofing, and lighting systems, including:
- An excellent PA system for live sound (including a mic’d floor for tap performances) and recorded music playback (mixing boards, cables, monitors, microphones, etc.); and
- A 21st century lighting grid and new lighting.
- Kirkpatrick Auditorium will require updates to technology infrastructure that supports the approved design, including:
- Ability to audio record and A/V livestream performances at high quality, including cameras; and
- Information technology hardware and software necessary to operate lighting, A/V, projection, microphones, etc.
- Kirkpatrick Auditorium’s performance area requires acoustics that are appropriate for classical musical performances. Design should include a fly-in acoustic ceiling and movable acoustic shells on stage. Sounds design should result in excellent acoustics for performers and the audience.
- Kirkpatrick Auditorium’s performance area should include ancillary and support structures for arts entertainment uses and related infrastructure improvements.
- Kirkpatrick Auditorium’s scene shop should encompass approximately 8,000 square feet, including space for welding, painting, and construction.
- Kirkpatrick Auditorium should include customary back-of-the-house operations, and storage. Back stage and/or scene shop areas should be designed such that stage sets can be moved and stored to accommodate multiple performances, events, and/or presentations across disciplines within the same discrete timeframe.
- Kirkpatrick Auditorium’s dressing rooms should include 21st century accoutrement. Performers should have access to restrooms in the back of the house. It is anticipated that design will include more dressing room space than is currently found in the facility.
- Kirkpatrick Auditorium’s green room should offer space that is sufficient to accommodate instrument cases during performances.
- Kirkpatrick Auditorium will require general cosmetic updates to décor and functionality, including audience seating areas, which should be aesthetically pleasing in furtherance of a quality audience experience.
- Restrooms serving the Kirkpatrick Auditorium space should be renovated, properly sized, and ADA compliant.
- The lobby serving the Kirkpatrick Auditorium should be renovated and remodeled, and should be ADA compliant.
- The Kirkpatrick Auditorium doors should be sounds lock doors.
- Design should include new signage.
- Design should evaluate parking and propose new parking solutions that are cognizant of building access and ADA compliance.
The scope of work for the KFAC Facilities shall include planning, program verification, initial concept design, design development, and preparation of required drawings, specifications, or other construction documents required to bid and construct the described facilities, as well as construction administration services. It may also include updating of existing plans and specifications and other services normally performed by a Professional Architect. Coordination with municipal authorities and representing the University at any required hearings are also included and required. The selected firm will be submitting building plans for the KFAC in accordance with the local municipality’s requirements, meeting their regulations and policies.
Scope of work to be performed under the Architectural Services shall include, but shall not be limited to, the following:
A. The Architect shall provide all architectural design while creating a signature design for the KFAC including Schematic Design, Design Development, Construction Documents, Bidding and Construction Administration.
B. In addition to architectural, structural, mechanical, plumbing, electrical, civil and landscape design services, the following shall be included in Basic Services required under this proposal: graphics / signage design and interior and exterior design for public spaces. All consultants proposed under this request for proposal are subject to final approval by the University.
C. Design the facility within the project construction budget and provide recommendations to the University for reductions in size or requirements if the estimated costs exceed the University’s construction budget, before proceeding onto future design or construction phases.
D. Submit drawings to the University for periodic design review and approval. Specific reviews shall be scheduled upon completion of Schematic and Design Development Documents. The Architect shall revise the documents to comply with the University’s input and any budgetary constraints determined by the Construction Manager.
E. In conjunction with the Construction Manager, prepare and distribute bid documents to prospective bidders, conduct pre-bid conferences and issue necessary addendums.
F. Provide on-site administration of the construction contract pursuant to the terms and conditions of the Architect Agreement in effect for the Project.
G. Coordinate plans and documents with the University’s consultants and authorities with jurisdiction, including but not limited to; Geotechnical, surveys, permitting, etc.
The Basic Services of this agreement shall be dictated by an AIA form of agreement or equivalent.
Cooperation with Design Work: The Respondent will regularly apprise the University as to design work for the KFAC. The University will have the right to attend architecture design meetings for the KFAC Facilities.
Based upon the scope of the KFAC Facilities, it is anticipated by the University that the total cost of Phase One will equal approximately $22,500,000 in costs actually incurred in the design and construction.
At this time no Federal funds will be used for this project.
Each Respondent shall organize their response in the order listed below and include content as requested. This information will be used for the evaluation criteria listed below. The University reserves the right to reject as non-responsive any responses that do not contain the requested information.
Qualification Statement: Respondents may submit a maximum of twenty (20), 8 ½ x 11-inch pages as an attachment to this Request for Proposal. Respondents’ qualification statements must:
1. Include a letter of intent or cover letter signed by the individual authorized to contractually bind the Respondent firm.
2. Offer a brief description of Respondent’s business concern. You must include information about the length of time your firm has been in business under its present name and information on other names by which your firm has been known and the length of time known by each name. Include information about the size of Respondent’s firm—number of employees and locations. Please include any sub-consultants the Respondent intends to subcontract with for this project. Does any relationship exist whether by relative, business associate, capital funding agreement or any other such kinship exist between your company (or subconsultants) and University fiduciaries and/or employees? If yes, please explain. List services performed by Respondent’s employees. Include your firm’s web address, if applicable.
3. Demonstrate background and experience in design and construction of Performing Arts Centers. Provide examples of past projects demonstrating your organization’s successful experience in planning, concept design, design development, and preparation of required drawings, specifications, or other construction documents required to bid and construct the described facilities. Include Respondent’s experience and commitment to each of the following important factors:
- Americans with Disabilities Act audit/review ADA Facility plans.
- Acoustical evaluation energy audits.
- Environmental/hazardous materials inspections/Life safety system.
- Communications systems design
- Site planning/Site selections landscape design.
- Interior design
- Technology infrastructure design.
4. Demonstrate ability to successfully manage an initiative of this size and scope. Provide a brief narrative description of the Respondent’s proposed project management plan that includes activities used to engage the University in the design vetting and finalizing process. Identify current principals, project leads, and/or key staff that will be assigned to this project. Respondent’s management plan will demonstrate the firm’s ability to quickly initiate the project following an award and to meet the scheduled time frame of this project.
5. Describe coordination & communication/public engagement strategies. Provide a brief description of successful strategies and/or activities the Respondent will implement to engage the constituents of the University and communicate the status of this project to diverse stakeholders. Describe the activities used to regularly apprise the University’s representatives of the status of the project.
6. Select qualified, knowledgeable technical consultants required to successfully complete this project. Provide a list of any proposed technical consultants or services required to complete the project design development and for final preparation of design plans, technical specifications, and construction documents. The University reserves the right to approve or reject proposed consultants and to require alternate consultants. The cost for any consultants will be incorporated into Respondent’s fees.
7. Provide additional information about other related professional services the Respondent’s firm can provide. (details regarding any special services or product characteristics, or other benefits offered, or advantages of selecting your company)
8. Provide an anticipated design schedule. Please provide an anticipated design schedule for this project utilizing a start date of July 1, 2026.
9. Provide a fee proposal and fee schedule to complete the Scope of Work as described herein.
Other Response Documents: Respondents must also complete the following. These items are not included in the 20-page qualification statement page count.
1. Provide a curriculum vitae, resume, professional biography or other information for Respondent’s principals, project manager or key staff that will be assigned to this project. Provide a statement regarding your commitment to keeping the same personnel in all phases of the project. Include an organizational chart that clearly describes your firm's project organization with supervisory reporting and project coordination plan.
2. Provide evidence of Respondent’s financial stability by including Respondent’s financial statements for the past three (3) years. Has your firm lost any contracts within the last year due to performance issues? Is your company currently for sale or involved in any transaction to expand or to become acquired by another business entity? If yes, please explain the impact both in organizational and directional terms.
3. Please indicate three (3) business references that have contracted with your company to provide like services. Include the company name, address, phone number, contact person, and email address. Additional references may be required.
During the evaluation process, the University reserves the right to request additional information or clarification from proposers, or to allow corrections of errors or omissions.
1. The deadline for submittal of proposals is 5:00 p.m. CST on Tuesday August 19th, 2025.
2. Fax submittals will not be accepted.
3. Firms are to submit an electronic copy of their proposal to [email protected] and FOUR (4) hard copies of their proposal, bound with each section tabbed and including all accompanying schedules, appendices or addenda in a sealed envelope or package marked with the Firm’s name and the RFP title, prior to the closing time at the location listed on the title page of this RFP.
4. The Title page will show the RFP title, closing time, firm’s name, address, telephone number and the name and title of the contact person.
5. The Table of Contents will include page numbers and should be listed prominently.
6. Executive Summary - This should be a short summary of the key features of the proposal form.
7. Proposals received after the closing time or in locations other than the address indicated on the title page, may or may not be accepted and may or may not be returned.
8. Proposals may be withdrawn at any time before or after the closing time and are to be withdrawn by written notice delivered to the attention of the contact person shown below.
9. All costs associated with the preparation and submission of the proposal, including any costs incurred by the bidder after the closing time, will be solely the responsibility of the bidder.
10. Inquiries related to this RFP should be directed to:
Anna Davis
Chief Financial Officer
405-208-5494