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 15 - April 11, 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 upload a proposal as laid out herein by 12:00 p.m. (Central Time) May 1. 2024, to the Bid Express page to be considered for selection.

Consultant Prequalification

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

  • 163 – Congestion Management/ITS
  • 211 – Highway Design – Major Facility
  • 221 – Non-Standard Span Bridge Design
  • 231 – Traffic Control Analysis and Design
  • 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-6535-05 This project will include preliminary and final design to develop plans for the expansion of US-54/East Kellogg Ave. (per EA design alternative). Modernization of a 4-lane to 6-lane with frontage roads. New interchanges at Andover Road and over passes at Onewood Drive and Yorktown Road.
Table 2: Project Summary
Project Number Route and Scope Length (mi) Project Termini
KA-6535-05 054-008
Expansion through the City of Andover
2 US-54 Butler County: Kellogg Ave: 0.25 miles east of 159th St. east to Prairie Creek Rd. (East Kellogg project Phase 2)
Project Number Structure Scope, Structure Size and Type
KA-6535-05 There are three new proposed bridge locations. US-54 and Onewood Drive, US-54 and Andover Road, and US-54 and Yorktown Road

Anticipated Consultant Scope

  • KDOT anticipates the following to be included in the consultant’s scope:
  • Preliminary Design Services.
  • Final Design Services.
  • Public Involvement Services – Consultant will provide needed information to the PMC for mailings, property owner meetings, HOA’s, businesses, and local government.
  • Environmental Documentation Preparation (Permitting), Letting and Construction Phase Service, 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.

  • Geotechnical Services
    • Will be performed by KDOT.
  • Geology Services
    • Will be performed by KDOT.
  • Pavement field investigation and design, surfacing recommendations.
    • Will be performed by KDOT.
  • Project Management
    • Develop a comprehensive schedule that will be tracked on a bi-monthly basis.
    • Coordinate closely with the city and county involved.
    • 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 the latest electronic deliverables 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
  • Development of alignments and typical sections.
  • Analyze and recommend interchange and intersection options.
    • A preliminary look at roundabouts, diverging diamonds, single points, and tight diamonds have been done. The traffic analysis for these will be provided to the successful consultant.
  • Identify areas where impacts to right of way and the environment can be reduced.
  • Perform roadway geometric design, drainage design, and roadside safety analysis.
  • Develop Preliminary Plans to Field Check.
  • Develop Right of Way Plans.
  • Develop Final Plans for Construction.
  • Stormwater control measures (SCM) are required on this project.
    • KDOT/PMC will provide the SCM report completed as a part of the NEPA process.
  • Visit the project site location.
  • Coordination with property owners for relocated driveways.
  • Noise walls are not anticipated at this time but may be added to the project scope as design progresses.
  • The NEPA preferred design alternative shows depressing the highway at the main intersection locations. A detailed analysis will need to be done to determine how to drain them.
  • Bridge Design
    • Field Check
      • Preliminary layouts for bridges, 10 to 20-foot culverts, and retaining walls.
      • The consultant shall propose and evaluate different (curved and possibly skewed) framing layouts for review and acceptance by the KDOT Bridge Office or the PMC; focus shall be to minimize disruption to the traveling public and facilitate efficient construction to minimize closure.
      • Preliminary hydraulic assessment checklists, construction layouts, contour maps, and bridge sections.
      • Hydraulic analysis including supporting information for no-rise conditions.
    • Final Design
      • Provide final plans for construction for all bridge-sized and 10 to 20-foot structures.
      • Final hydraulic assessment checklists, construction layouts, contour maps, and bridge sections.
      • Provide final plans for construction for all retaining walls.
      • Signing and lighting structures will be completed by the selected consultant.
  • Traffic Engineering
    • Field Check
      • Construction sequencing.
      • Guide sign, lighting, and ITS schematic layouts.
      • Traffic signal schematic layouts.
    • Final Design
      • Traffic Control Plans.
    • Project Requirement
      • Traffic shall be carried by this corridor throughout construction.
    • Permanent signing and pavement marking plans.
      • Foundation and truss design.
      • Traffic signal plans.
      • ITS design and plans.
      • Preliminary and final lighting plans.
  • Public Involvement Services
    • This project has a website developed and the successful consultant will be required to provide project updates and other information as needed to support communication thereby; involvement in meetings may also be required.
    • The public engagement goals are to maintain effective communication with identified stakeholder groups.
  • KDOT/PMC Provided Services
    • Geotechnical Services
      • Will be performed by KDOT.
    • Geology Services
      • Will be performed by KDOT.
    • Pavement field investigation and design, surfacing recommendations.
      • Will be performed by KDOT.
    • Public Involvement
      • KDOT/PMC are responsible for developing and implementing a communication plan for the project. The document will include goals, objectives, strategies, channels, and messages and will be inclusive with all outreach and engagement efforts. This will be a living document maintained over the course of the project through the end of construction.
    • Right of Way Services
      • KDOT/PMC will provide the existing right of way files and property owners stripmap.
      • KDOT will manage right-of-way acquisition.
    • Survey Services
      • KDOT/PMC will provide all project survey files required for the design and right of way.
      • Project design surveys based on the preferred alternative and existing right of way are under development and will be provided upon completion.
  • Additional Scope Notes:
    • KDOT/PMC and the selected consultant will meet to share relevant information developed during the NEPA process and highlight the information that is critical to the project. NEPA level plans, design, and traffic information developed by KDOT/PMC will be provided to the selected consultant.
    • NEPA clearances and a FONSI were received January 24, 2023. This project is Phase 2 of the US-54 East Kellogg Environmental Assessment.
    • The scope of services may include traffic engineering, hydrology/hydraulics, and permitting assistance. Additional scope which may be added later (at the Secretary’s discretion) may include Construction Phase Services.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (Central Time) May 1, 2024.
  2. Ranking of proposals is expected to occur on or around May 31, 2024. Negotiations with the most highly ranked firm are expected to begin on or around June 21, 2024. An executed agreement is anticipated around July 31, 2024.
  3. The program fiscal year for this project is FY2029 (July 2028–June 2029).

Additional Anticipated Schedule Dates

  • Notice to Proceed: July 31, 2024
  • Field Check: November 28, 2025
  • PLROW: January 31, 2026
  • Plans Complete: January 31, 2028

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-6535-05_US-54 Kellogg Phase 2_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. All 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 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 20%
Approach and commitment to meet advertised schedule 5%
Past performance history for similar projects/services for KDOT 20%
Understanding of the project area 10%
Innovation/Creativity in solutions 10%
Approach to quality control 10%
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

Steven Cross will be the KDOT project manager; the PMC will be assisting with daily operations and coordination, reviews, scheduling, and tracking.

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 proposals and interview content). If KDOT deems them necessary, evaluation criteria for interviews will be distributed to shortlisted consultant teams in advance.

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 April 18, 2024; answers will be provided to all prequalified consultants on April 25, 2024.

Calvin Reed
Secretary
Department of Transportation

Doc. No. 052033