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 42 - October 19, 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 submit a proposal as laid out herein by 12:00 p.m. (Central Time) November 10, 2023, to be considered for selection.

Consultant Prequalification

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

  • 161 Corridor/Project Feasibility Studies.

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-7212-01 KDOT is seeking consultant services to develop a new corridor study, evaluate the current highway and identify current and future needs of US-69 in Crawford County.

Table 2: Project Summary
Project Number Route and Scope Length (mi) Project Termini
KA-7212-01 069-019
Traffic/Safety and Conceptual Study
20 US-69 Corridor beginning at the intersection of US-69 and US-400 in Crawford County, extending a total distance of 20 miles and ending approximately 3 miles north of Arma in Crawford County.

Anticipated Consultant Scope

KDOT completed an Environmental Assessment (EA) for the US-69 Corridor beginning at the intersection of US-69 and US-400 in Crawford County, extending a total distance of 20 miles and ending approximately 3 miles north of Arma in Crawford County. KDOT identified a preferred alternative that would reconstruct US-69 as a full access-controlled freeway west of the existing facility. The preferred alternative, locally known as the “Pittsburg Bypass”, extends for approximately 18.5 miles. The Federal Highway Administration (FHWA) issued a Finding of No Significant Impact (FONSI) on July 25, 2012.

During recent outreach efforts, KDOT heard from communities and residents along the corridor and understands support for the selected preferred alternative has changed since the environmental study was completed. KDOT is committed to beginning a new study which will include an evaluation of the current highway and identification of viable options to improve US-69 in Crawford County. KDOT intends to select the most highly qualified firm to perform professional services associated with the scope items listed below.

KDOT is seeking consultant services to develop a new corridor study, evaluate the current highway and identify the current and future needs of US-69 in Crawford County. The project scope will include the following items:

  • The consultant will prepare a traffic and safety analysis for the US-69 Corridor in Crawford County.
  • The consultant will be expected to perform detailed traffic projection and traffic modeling analysis to supplement data utilized in the EA.
  • The consultant shall develop a range of viable improvement alternatives.
  • The consultant shall provide necessary traffic modeling and analysis as needed to compare viable improvement options.
  • The consultant will be expected to perform a detailed safety analysis and generate predicted crash data for comparing viable improvement options.
  • The consultant will be expected to prepare cost estimates for comparing viable improvement options.
  • The consultant will be expected to screen all viable improvement options and assess environmental effects.
  • The consultant will deliver a robust public outreach and stakeholder engagement effort that will include multiple opportunities for public input.
  • The consultant, in coordination with KDOT, will prepare an evaluation tool to assess viable improvement options and make recommendations of improvements to implement in future construction or operation plans.
  • The consultant will prepare a report detailing the traffic and safety analysis, viable improvement options, environmental effects, cost estimates, and public outreach information. The consultant will include a list of recommended improvements to be implemented in future construction or operation plans.

KDOT has made various study reports and other information (including the US-69 Corridor Crawford County Kansas Environmental Assessment, issued 2012) is available at https://www.ksdot.gov/us69crawfordcountycorridor.asp.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (Central Time) November 10, 2023.
  2. Ranking of proposals is expected to occur on or around November 17, 2023. Negotiations with the most highly ranked firm are expected to begin on or around November 27, 2023. Negotiations will proceed quickly through scoping, manhour/fee negotiation, and NTP. In the event KDOT cannot reach agreement with the selected firm, it will terminate negotiations and commence negotiations with the next highest ranked firm, and so on, until either agreement is reached for a satisfactory scope of services for a fair and reasonable price, or KDOT decides to pursue other alternatives. An executed agreement is anticipated around January 1, 2024.
  3. The corridor study shall be completed by April 30, 2025. The program fiscal year for this project has yet to be determined.

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 9 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-7212-01–US-69 Crawford County Traffic-Safety Study_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 here 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. 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 scope efficiently and to a high standard. Specifically address your team’s approach to investigating and recommending viable options, including option assessment. In addition, describe your approach to public outreach and stakeholder engagement including specific tools and techniques the proposed team would recommend. Also include unique qualifications or experience that may inform the selection of firms. Include cost-effective and optimized solutions to address the anticipated improvements in the design. Include unique qualifications or experience related to the project approach. Highlight traffic modeling, traffic analysis and safety analysis methods to be used for the project. 4 Pages
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. 4 Pages
Past Performance Describe project manager’s, public outreach managers, and 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%
Demonstrated understanding of special conditions to be considered for the project public outreach and involvement 20%
Project approach 20%
Innovation/Creativity in solutions 15%
Understanding of the project area 10%
Past performance history for similar projects/services for KDOT 10%
Approach and commitment to meet advertised schedule 5%

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 Contract Conditions

PMC: This project is being managed by a Project Manager Consultant (PMC) on behalf of KDOT. The Project Manager Consultant will be the primary contact for the selected firm. The PMC will not be on the KDOT Consultant Selection Committee.

Quality Control: Consultants will be required to provide a Quality Control (QC) plan at project kick-off. QC audits will be conducted by the PMC throughout the project. The audits will check compliance with the consultant’s plan.

Bentley CONNECT Edition Software: Consultants will be required to prepare plans and digital deliverables using Bentley CONNECT Edition Software products with KDOT’s CONNECT Edition workspace environment.

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 October 25, 2023; answers will be provided to all prequalified consultants on or around November 1, 2023.

Calvin Reed
Secretary
Department of Transportation

Doc. No. 051547