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 42 - Issue 33 - August 17, 2023

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. (Central Time) August 30, 2023, to be considered for selection.

Consultant Prequalification

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

  • 221 Non- Standard Span Bridge Design
  • 231 Traffic Control Analysis and Design
  • 302 Engineering Surveying

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-6962-01 Bridge Redeck

Table 2: Project Summary
Project Number Route and Scope Length (mi) Project Location
KA-6962-01 135-087
Bridge Redeck, Column Repair
0.5 I-135 in Sedgwick County located at junction I-135/US-54/Kellogg Avenue
Project Number Structure BR#, Structure Scope, Structure Size and Type
KA-6962-01 087-0299, Redeck, 1660 foot long 24-foot roadway, Steel Welded Girder Continuous

Anticipated Consultant Scope

KDOT anticipates the following to be included in the consultant’s scope:

  • Survey Services
  • Preliminary Design Services
  • Final Design Services
  • Letting and Construction Phase Services

The scope of services may include traffic engineering and designer construction services. The consultant is to provide survey as needed for guardrail needs. The project is a bridge redeck. Provide cost estimates at major project milestones.

Project Details Link

https://sokansas-my.sharepoint.com/personal/dominique_shannon_kdot_ks_gov/_layouts/15/onedrive.aspx?id=%2Fpersonal%2Fdominique%5Fshannon%5Fkdot%5Fks%5Fgov%2FDocuments%2FSet%20Aside%20
Projects%2FKA%2D6962%2D01%20Existing%20Info&ga=1

Special Contract Conditions

This project will be tied to KA-6517-01.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (Central Time) August 30, 2023.
  2. Ranking of proposals is expected to occur on or around September 20, 2023. Negotiations with the most highly ranked firm are expected to begin on or around September 27, 2023. An executed agreement is anticipated around October 17, 2023.
  3. The program fiscal year for this project is FY2026 (July 2025–June 2026).
    1. Field check: October 17, 2024.
    2. Plans Complete: May 20, 2025.
    3. Letting: September 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 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 (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-6962-01_Bridge Redeck_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. Both attachments are required for every firm involved in a multi-consultant team.
  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 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 25%
Project approach 10%
Approach and commitment to meet advertised schedule 15%
Past performance history for similar projects/services for KDOT 15%
Understanding of the project area 15%
Understanding of KDOT Technical Policies 10%
Identification of special conditions to be considered for the 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”)

Questions

All questions regarding this Request for Proposals shall be emailed to KDOT.DesignContracts@ks.gov.

Questions can be submitted until August 17, 2023; answers will be provided to all prequalified consultants on August 24, 2023.

Calvin Reed
Secretary
Department of Transportation

Doc. No. 051394