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 43 - Issue 33 - August 15, 2024

State of Kansas

Department of Transportation

Request for Proposals

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 submit a proposal as laid out herein by 12:00 p.m. (Central Time) August 28, 2024, to be considered for selection.

Consultant Prequalification

Interested consulting firms must be prequalified by KDOT or otherwise demonstrate qualification in the following category(s):

  • 201 – Location and Design Concept Studies/Corridor Studies
  • 212 – Highway Design–Minor Facility
  • 222 – Standard Span Bridge Design
  • 231 – Traffic Control Analysis and Design
  • 325 – Hydraulic and Hydrologic Studies
  • 401 – Landscape Seeding and Erosion Control

If a firm is not currently prequalified by KDOT in any of the required categories, 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 solicitation 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-7376-01 This project will identify offset alignment options for the reconstruction of 10 miles of K-5, between US-73 and I-435. It includes the removal and replacement of four (4) bridges and two (2) bridge class RCB’s. Services associated with this Request for Proposals are for Discovery Phase only, with an option to continue the contract through Final Design.
Table 2: Project Summary
Project Number Route and Scope Length (mi) Project Termini
KA-7376-01 5-105
Reconstruction on Offset
10 Beginning at the US-73/K-5 junction, southest to the I-435/K-5/Wolcott Interchange
Project Number Structure BR#, Structure Scope, Structure Size and Type
KA-7376-01 Bridge 0105-B0232
Existing Structure–130’ (39’-52’-39’)
Reinforced Concrete Slab Continuous and Haunched (RCSH)
Scope: Replacement

Bridge 0105-B0265
Existing Structure–143’ (43’-57’-43’)
Weathering Steel Beam, Composite Design Continuous (WMCC-4)
Scope: Replacement

Bridge 0052-B0068
Existing Structure–2x16’x14’x62’-7”
Reinforced Concrete Box Culvert (RCB)
Scope: Replacement

Bridge 0052-B0069
Existing Structure–2x12’x10’x119-6”
Reinforced Concrete Box Culvert (RCB)
Scope: Replacement

Bridge 0052-B0054
Existing Structure–90’ (25’-40’-25’)
Steel Beam Continuous (SBMC-7)
Scope: Replacement

Bridge 0052-B0056
Existing Structure–56’
Reinforced Concrete Slab Continuous and Haunched (RCSH)
Scope: Replacement

Anticipated Consultant Scope

KDOT anticipates the following to be included in the selected consultant’s scope: Discovery Phase Services including preliminary alignment concepts, travel demand forecasting, traffic analysis and traffic engineering, grant application support, NEPA, public outreach and stakeholder engagement.

Current expectations for consultant scope are more defined below. The scope included may not be all-inclusive. A scoping meeting will take place after consultant selection is made to further define tasks for inclusion.

  • Project Discovery:
    • Travel demand forecasting, traffic analysis, and traffic engineering.
    • Development of a range of alignment concepts.
    • Assessment of cultural and environmental constraints.
    • Evaluation and screening of a range of alignment concepts.
  • Grant Application Support:
    • Data collection and review.
    • Identify strategies to maximize points awarded to the grant application.
    • Prepare cost estimates as needed.
    • Coordinate with KDOT for required information.
    • Draft support letters for public, elected and appointed officials, stakeholders and other relevant entities as identified by KDOT in advance of the application.
    • Establish application schedule.
    • Coordinate and lead grant preparation meetings.
    • Prepare grant application based upon Notice of Funding requirements.
    • Provide tables and graphics as necessary.
    • Provide preliminary and final grant documents for review.

Public Outreach and Stakeholder Engagement – This project has been assigned a Level 1 Classification for public involvement efforts based upon an anticipated number of interested project partners. The standards for a Level 1 Project include:

  • Consultant leads the community engagement strategy and execution with oversight and approval from the KDOT PI Specialist (in collaboration with District Communications).
  • Community Engagement Plan (CE Plan).
  • Project-specific logo and branding, if determined appropriate and approved by the KDOT PI Specialist, must always accompany KDOT and IKE-at-Work logos.
  • A unique project website, if determined appropriate and approved by the KDOT PI Specialist, may be created and should be included on the list of project pages on the IKE website at https://ike.ksdot.gov/projects/project-pages.
  • Project-specific social media account creation and management, if determined appropriate and approved by the KDOT PI Specialist, as outlined in the Community Engagement Plan.

Additionally, the Public Outreach effort should include multiple opportunities to engage the public and gather input.

Activities Performed by KDOT include:

  • Engineering Survey.
  • Geotechnical Services including soil investigations, bridge foundation geology, pavement field investigation and design, and surfacing recommendations.
  • Environmental Services, including lead paint testing and permit application.

KDOT, at the Secretary’s discretion, reserves the right to retain for subsequent phases of design and consulting services the consultant selected to provide services associated with this Request for Proposals. Scope in subsequent phases will likely include, but is not limited to, plan development through preliminary and final design as well as traffic engineering.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (Central Time) August 28, 2024.
  2. Ranking of proposals is expected to occur on or around September 4, 2024. Negotiations with the most highly ranked firm are expected to begin on or around September 25, 2024. An executed agreement is anticipated around October 9, 2024.
  3. The program fiscal year for this project is FY2032 (July 2031–June 2032).

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 4 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 counted as two or more pages depending on size.
  3. A single PDF (10 MB maximum size) of the proposal must be uploaded to the appropriate bid form on Bid Express by the proposal due date and time.
  4. The proposal PDF file name must read:
    1. “KA-7376-01_K-5 Offset Alignment Study FIRM NAME”
  5. The proposal must be accompanied by Special Attachments No. 8 (“Tax Clearance Certificate”), No. 10 (“Policy Regarding Sexual Harassment”), and No. 12 (“Certification of Company Not Currently Engaged in the Procurement or Obtainment of Certain Equipment, Services, or Systems”). 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. Both attachments are required for every firm involved in a multi-consultant team. Upload these files as instructed in Bid Express.
  6. The outline in Table 3 below describes the expected proposal organization and content sections.
  7. Depending on the number and quality of responses received, KDOT anticipates shortlisting (based on proposals) and holding interviews prior to final selection (which may be based on both proposal and interview content). If KDOT deems interviews to be necessary, interview details and requirements and evaluation criteria for the interview will be distributed to shortlisted consultant teams in advance.
  8. Table 4 lists the evaluation criteria and associated weights which will be used to shortlist respondents and may be considered in final selection.
Table 3: Proposal Content
Section Description of Intent Page Limit
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
Qualifications and experience of project manager and other key project team members proposed for services 15%
Project approach 25%
Approach and commitment to meet advertised schedule 10%
Past performance history for similar projects/services for KDOT 10%
Understanding of the project area 15%
Innovation/Creativity in solutions 15%
Demonstrated understanding of nature and scope of project 10%

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”)
  • Special Attachment No. 12 (“Certification of Company Not Currently Engaged in the Procurement or Obtainment of Certain Equipment, Services, or Systems”)

Special Contract Conditions

This project will be managed by the IKE PMC.

Questions

All questions regarding this Request for Proposals shall be submitted via Q&A section of bid form in Bid Express.

Questions can be submitted until August 15, 2024; answers will be provided to all prequalified consultants on August 22, 2024.

Calvin Reed
Secretary
Department of Transportation

Doc. No. 052375