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 7 - February 17, 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. (CST) February 25, 2022, to be considered for selection.

Consultant Prequalification

Interested consulting firms must be prequalified by KDOT or otherwise demonstrate qualification in category(s): Interested consulting firms must be prequalified by KDOT or otherwise demonstrate qualification in the following Categories: 211 Highway Design–Major Facility; 221 Non-Standard Span Bridge Design; 231 Traffic Control Analysis and Design; 301 Land Surveying; 302 Engineering Surveying; 336 Right of Way Services; and 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-6510-01 This project is for the replacement of the US-59 bridge over the Little Canville Creek in Neosho County.

Table 2: Project Summary
Project Number Route and Scope Length (mi) Project Termini
KA-6510-01 059-067
Bridge approach, roadside, drainage
0.2 Appropriate approach work on both sides of the bridge.
Project Number Structure BR#, Structure Scope, Structure Size and Type
KA-6510-01 BR#0008; Replacement; Existing Length: 138.5 feet; Type RDGH

Anticipated Consultant Scope

KDOT anticipates the following to be included in the consultant’s scope: Survey services; discovery phase services; right of way services; preliminary design services through field check; environmental documentation preparation (permitting); final design 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.

Road Design

  • Develop preliminary plans to field check.
  • Develop final plans for construction.
  • Perform roadway geometric design, drainage design, interchange analysis, and roadside safety analysis.
  • Visit the project site location.

Survey and Right of Way

  • Provide a full engineering and land 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 consultant’s field survey data and historical KDOT project information, 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. Consultant shall perform these activities using coordinate geometry and Bentley Open Site Designer.
  • Visit the project site location.

Bridge Design

  • Develop preliminary plans to pre-field check (contour map, construction layout, and typical section) for replacement of Bridge 067-0008 carrying US-59 over the Little Canville Creek, including hydraulic analysis and completed Hydraulic Assessment Checklist.
    • Due to the non-redundant nature of the existing bridge, the proposed bridge cannot be built using phased construction.
  • Develop preliminary plans to field check.
  • Develop pre-office check plans (Bridge Structural Details and Load Rating Model).
  • Develop office check plans.
  • Develop final plans for construction.

Traffic Engineering

  • Develop Traffic Control Plans: This project will require a shoofly detour to carry traffic around construction.
  • Coordination with the local government and KDOT Office.
  • Develop permanent signing and pavement marking plans.

Activities to be performed by KDOT include:

  • Environmental services, including lead paint testing and permit application
    • Note: Technical data to support these activities will be required from the consultant immediately after field check.
  • Permits will include NPDES – Storm Water Runoff Permit in which KDOT will require from consultant:
    • Total project site area in acres
    • Total disturbed area in acres (from Seeding Plans)
    • Impervious area in square feet (existing and proposed)
    • Above information needs to be provided by consultant (90) days prior to letting
  • Utility coordination, if required.
  • Geotechnical services including soil investigations, bridge foundation geology, pavement field investigation and design, and surfacing recommendations.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (CST) February 25, 2022
  2. The program fiscal year for this project is FY 2026 (July 2025–June 2026)
  3. Other important dates:
    1. PLNMR: January 16, 2023
    2. FDCHK: October 17, 2023
    3. PLROW: January 1, 2024
    4. PLCOM: July 21, 2025

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 four pages total (including any cover letter, index, etc.)
  3. A PDF (2MB maximum size) of the proposal 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-6510-01–Replace BR0008 on US-59 in Neosho Co_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 to make a selection.

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
Qualifications and experience of project manager and other key project team members proposed for services 20%
Past performance history for similar projects/services for KDOT 20%
Commitment to meet advertised schedule 20%
Understanding of KDOT Technical Policies 10%
Understanding of KDOT CAD standards and expectations for deliverables 10%
Demonstrated understanding of nature and scope of project 20%

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 February 17, 2022; answers will be provided to all prequalified consultants on February 21, 2022.

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

Doc. No. 049827