Government Website icon

The .gov means it's official.
A .gov website belongs to an official government organization in the United States.

Padlock icon

The site is secure.
The https:// or lock icon ensures you're safely connected to the website and any information you provide is encrypted.

Publications iconKansas Register

Volume 41 - Issue 13 - March 31, 2022

State of Kansas

Department of Transportation

Notice to Consulting Firms

The Kansas Department of Transportation (KDOT) is seeking a qualified consulting firm or team of firms to perform professional services for the project(s) described in Table 1 below. Interested consultants must email a proposal to KDOT.DesignContracts@ks.gov by 12:00 p.m. (CDT) April 29, 2022, to be considered for selection.

Consultant Prequalification

Interested consulting firms must be prequalified by KDOT or otherwise demonstrate qualification in the following categories:

  • 151 Public Transit Facilities and Systems Planning
  • 161 Corridor/Project Feasibility Studies
  • 163 Congestion Management/ITS
  • 171 Environmental Documentation
  • 173 Noise Impact Analysis
  • 211 Highway Design–Major Facility
  • 221 Non-Standard Span Bridge Design
  • 231 Traffic Control Analysis and Design
  • 301 Land Surveying
  • 302 Engineering Surveying
  • 311 Geotechnical Engineering Services
  • 324 Bridge Deck Evaluation
  • 325 Hydraulic and Hydrologic Studies
  • 336 Right of Way Services
  • 401 Landscape Seeding and Erosion Control

If a firm is not currently prequalified by KDOT, a proposal may still be submitted. Firms not prequalified must also provide documentation that demonstrates the firm is qualified for each specified category listed in this notice for the project. Firms must use the KDOT prequalification form to provide this documentation. KDOT 1050 Prequalification Category Definitions (Blue Book) can be found at http://www.ksdot.org/descons.asp. Consultants may create a team to meet the prequalification requirements. All firms doing business with KDOT must be registered and in good standing under the laws of the State of Kansas at the time of contracting and must comply with applicable state and federal laws, rules, and regulations.

Table 1: Background and Scope of Project
Project Number Background and Scope of Project
KA-6540-01 Reconstruction and capacity improvements for I-35 including review and development of a coordination plan with the locally sponsored planned project at the interchange of I-35 and Santa Fe Street in Olathe.

Table 2: Project Summary
Project Number Route and Scope Length Project Termini
KA-6540-01 35-46
Capacity Improvements
3.800 miles MP 216.5 to MP 220.3
(I-35 from 0.5 miles south of Old US-56 to 119th Street)
Project Number Structure BR#; Structure Scope; Structure Size and Type
KA-6540-01 BR# 0046-B0317; Widening to accommodate a two-lane on-ramp to I-35; Existing Structure Type: SWCC; Existing Size: 707.8’ long x 30.8’ wide; the piers/abutments on this structure were originally designed to accommodate an additional lane.
Scope will need to be developed during discovery phase for the following structures: BR# 0046-B0318; BR# 0046-B0319; BR# 0046-B0365; BR# 0046-B0366.

Anticipated Consultant Scope

KDOT anticipates the following will be included in the consultant’s scope in this initial phase: Planning Study Services (Including: NEPA EA/EIS), Discovery Phase Services, and Public Involvement Services.

The selected consultant will need to gather and evaluate preliminary information. The NEPA boundary will be established, and public involvement will be conducted during the Discovery Phase.

Based on capacity improvements and funding needs identified and developed during the Discovery Phase, the consultant selected for this request for proposals may or may not be selected to continue providing service up through the Preliminary and/or Final Design phases. Additional phases which may be added later (at the Secretary’s discretion) may include: Surveying, Preliminary Design Services, Final Design Services, Right of Way, Geotechnical Engineering, Break in Access Study, Public Involvement Services, Environmental Documentation Preparation (Permitting), Letting and Construction Phase Services, and 3D Electronic Deliverables Preparation.

Current expectations for consultant scope are detailed below. The scope included herein may not be all-inclusive. A scoping meeting will take place after consultant selection is made.

Project Management

  • Develop and communicate Project Management Plan and Quality Assurance Plan
  • Perform quality control checks according to Quality Assurance Plan
  • Provide electronic plan files compliant with KDOT Graphic Standards Manual, including CAD conformance checks and ControlCAD indexed DGN files with ProjectWise attributes
  • Provide bi-annual construction cost estimates and at major project milestones
  • Coordinate with other consultants and projects within this corridor

Environmental

  • High-level data gathering
  • Identify potential issues
  • Subsequent phases may include:
    • Completing environmental data collecting and analysis
    • Submitting findings
    • Final permitting

Geotechnical

  • Subsequent phases may include:
    • Soil investigations
    • Bridge foundation geology
    • Pavement field investigation and design
    • Surfacing recommendations

Road Design

  • Discovery Phase including NEPA (EA/EIS)
  • Visit the project site location
  • Subsequent phases may include:
    • Develop plans to Materials and Research
    • Building of the existing and permanent right of way
    • MS4 water quality control
    • Develop preliminary plans to Field Check
    • Perform roadway geometric design, drainage design, and roadside safety analysis. I-35 alignment may be shifted to accommodate bridge clearances and widening. A new ramp alignment for the northbound I-35 off ramp to Santa Fe should be anticipated.

Survey and Right of Way

  • LIDAR for preliminary location surveys
  • Visit the project site location
  • Subsequent phases may include:
    • Provide a full survey including structures in the existing right of way. The deliverables shall incorporate the full project including the roadway and bridge surveys and will be provided in the Kansas Regional Coordinate System.
    • Establish and determine impacts to right of way and utilities.
    • Based upon the consultant’s field survey data and historical KDOT project information, the consultant shall establish and compile into a right of way strip map the positions and locations of the existing highway right of way and property lines for the ownership adjacent thereto. The consultant shall perform these activities using coordinate geometry and Bentley Open Site Designer.

Bridge Design

  • Discovery Phase
  • Subsequent phases may include:
    • The consultant will propose and evaluate different (e.g. skewed) framing layouts for review and acceptance by the KDOT Bridge Office. Focus shall be to minimize disruption to the site and facilitate efficient construction to minimize closure of I-35.

Traffic Engineering

  • Discovery Phase
  • Subsequent phases may include:
    • Development of Traffic Management Plan, including coordination with the local government and KDOT Olathe Office
    • Develop permanent signing and pavement marking plans
    • Develop Traffic Control Plans

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (CDT) April 29, 2022
  2. The program fiscal year for this project is FY 2027 (July 2026–June 2027)
  3. Important dates in Discovery Phase:
    1. Bstdy: June 1, 2022
    2. Draftrept: May 10, 2023
    3. Estdy: May 25, 2023

Instructions for Proposal

  1. No cost or pricing information shall be submitted with the proposal. Proposals including cost or pricing information will be considered non-responsive and withdrawn from further consideration.
  2. The consultant’s proposal must not exceed 6 pages total (including any cover letter, index, etc.). All pages shall be standard letter size (8.5” x 11”). Any page larger than standard letter size will be count as two or more pages depending on size.
  3. A single PDF (2MB maximum size) of the proposal including all attachments must be emailed to KDOT.DesignContracts@ks.gov by the proposal due date and time.
  4. The subject line of the email and the PDF file name must read:
    1. “KA-6540-01–I-35 Cap Impvmts in JO_FIRM NAME”
  5. The proposal must be accompanied by Special Attachments No. 8 (“Tax Clearance Certificate”) and No. 10 (“Policy Regarding Sexual Harassment”). If you need a Tax Clearance Certificate, you can request one at https://www.ksrevenue.gov/taxclearance.html. Allow 2-3 business days for processing.
  6. The outline in Table 3 below describes the expected proposal organization and content sections.
  7. Table 4 lists the evaluation criteria and associated weights which will be used when evaluating proposals. Depending on the number of responses received, KDOT may elect to shortlist (based on proposals) to no more than 3-5 firms and hold in-person interviews prior to final selection (which may be based on both proposal and interview content). If KDOT deems them necessary, interview evaluation criteria will be distributed to shortlisted consultant teams in advance.

Table 3: Proposal Content
Section Description of Intent
Cover Letter 1 page
Project Approach Demonstrate a unique approach to accomplish the design efficiently and to a high standard. Include cost-effective and optimized solutions to address the anticipated improvements in the design. Include unique qualifications or experience related to the project approach.
Approach to Schedule Describe the approach to accomplish the scope of services within the schedule requirements. Include anticipated key milestone dates and availability of staff.
Approach to Quality Control Describe methods or procedures your firm will use to provide all drawings, reports and other services with professional quality and technical accuracy.
Qualifications and Experience For key personnel to be assigned to the project provide names, office location, qualifications, education, training, and expertise. Identify their area(s) of responsibility and percent of their time dedicated to the project. List work for which you do not have in-house capability and name the firm you propose to subcontract with.
Past Performance Describe team’s past performance with respect to ability to meet project schedules; quality of work; and ability to control costs on similar transportation projects, especially those performed for KDOT. Include three references and contact information.
Familiarity with KDOT and Project Area Describe team’s familiarity with KDOT’s design process and standards. Describe familiarity with the project area and any identified special site conditions.

Table 4: Evaluation Factors
Evaluation Factor Weight
Availability to respond to the work 15%
Qualifications and experience of project manager and other key project team members proposed for services 15%
Past performance history for similar projects/services for KDOT 15%
Understanding of the project area 20%
Knowledge of the NEPA process 20%
Demonstrated ability to perform all phases which may be required and unique solutions when facing schedule constraints 15%

Contract Terms and Conditions

A standard KDOT agreement for engineering and technical services will be used for professional services projects. The following special attachments will need to be provided by the selected consultant and all subconsultants with the signed work order following negotiations and will become attachments to the contract.

  • Special Attachment No. 8 (“Tax Clearance Certificate”)
  • Special Attachment No. 10 (“Policy Regarding Sexual Harassment”)

Questions

All questions regarding this request for proposals shall be emailed to KDOT.DesignContracts@ks.gov.

Questions can be submitted until April 14, 2022; answers will be provided to all prequalified consultants on/around April 20, 2022.

Marcia Turner, P.E., Contracts Manager
Division of Engineering and Design

Doc. No. 049984