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 45 - Issue 3 - January 15, 2026

State of Kansas

Department of Transportation

Request for Proposals

Multiple Projects: Heavy Pavement Rehabilitation Projects

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 Heavy Pavement Rehabilitation Projects (HPRP). Summary information for each project included in the program is provided in Table 1.

Interested consultants must submit a proposal as laid out herein by 12:00 p.m. (Central Time) February 4, 2026, to be considered for selection.

Consultant Prequalification

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

  • 211 – Highway Design–Major Facility
  • 212 – Highway Design–Minor Facility
  • 222 – Structural Design
  • 201 – Discovery Phase–Design Concept Study
  • 231 – Traffic Control Analysis and Design

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 https://www.ksdot.gov/doing-business/design-consultants/design-consultant-prequalification. 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.

Background and Scope of Project

As part of KDOT’s annual preservation program, the agency selects and commences design for the heavy rehabilitation projects. Design for some of the projects is handled in-house; design for other projects is solicited to consultants. With this single solicitation, KDOT is requesting consulting services for the latter subset of projects which are programmed to be let for construction in FY27-FY30.

Table 1 provides information for each project included in the Heavy Pavement Rehabilitation Projects (HPRP). Firms can express interest in the projects for which they would like to be considered by submitting responses for each as indicated below. There is no guarantee that a firm which has expressed interest will be selected for any project.

Table 1: Summary of Project Information
Route Project # County Scope Limits District Requested Let Date
I-235 KA-7925-01 Sedgwick Pavement replacement for some or all ramps K-96/I-235 ramps 5 FY28 fall
K-99 KA-7928-01 Lyon 3” mill/OL Jct. with I-35 to Jct. with K-170 1 FY27 fall
US 69 KA-7930-01 Wyandotte Full Depth Replacement – 12” PCCP + 4” CTB + 6” GB Change of Pvmt. Approx. 0.28 miles S. of I-35 (JO Co Line) to S approach of Br#105-130 (Bridge over Merriam Ln & Turkey Creek) 1 FY28 fall
US 56 KA-7931-01 Johnson Heavy Pres – reconstruct ramps MM 9.5 Ramps (4) 1 FY28 fall
US 81 KA-7932-01 Cloud Full depth reconstruction (11”-12” PCCP) MP 0-4.65 2 FY28 fall
US 81 KA-7933-01 Ottawa Full depth reconstruction (11”-12” PCCP) MP 18.115-24.494 2 FY28 fall
US 169 KA-7934-01 Allen Full depth reconstruction 1.7 mi N of AL/NO line for 3.36 mi 4 FY28 fall
US 169 KA-7935-01 Allen Full depth reconstruction 2.7 nu S if Hct 169/54, N about 2.33 mi 4 FY28 fall
K-39 KA-7936-01 Neosho Full depth reconstruction East of Chanute for 3.35 mi 4 FY28 fall
K-99 KA-7941-01 Marshall Full depth reconstruction Jct. with US 35 to the Nebraska State Line 1 FY30 fall
US 24 KA-7942-01 Riley Full depth reconstruction MM 315.85 to MM 316.8 1 FY30 fall
K-16 KA-7943-01 Jefferson Full Depth Replacement – 9” HMA + 6” AB 3 +6” LTSG US/59/K-16 S Junction to WCL McLouth 1 FY30 fall
US 24 KA-7944-01 Leavenworth Full Depth Replacement and Drainage Structure Replacement LV Co. Line to Jct. K-16 1 FY30 fall

Anticipated Consultant Scope

The scope of services required will vary for each project and may include Discovery Phase Services, Preliminary Design Services, Final Design Services, Letting and Construction Phase Services, and Environmental Documentation Preparation (Permitting). Initial agreements will be signed for the first required phase of each project. Subsequent phases of any particular project may be added to the selected consultant’s scope via supplemental (at KDOT Secretary’s discretion), are not guaranteed to progress to subsequent phases, and may be resolicited (at KDOT Secretary’s discretion).

KDOT’s practical design tool will need to run in some cases to determine the appropriate shoulder width.

Depending on the project, KDOT anticipates some variations of the following will be included in the selected consultant’s scope: road design, traffic engineering, hydrology/hydraulics, designer construction services, and permitting assistance for some projects. Current expectations for consultant scope and what will be provided by KDOT are detailed below. The scope included herein may not be all-inclusive and is subject to change. A scoping meeting will take place for each project 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:
    • Discovery Phase (for projects listed as beginning at that phase).
    • Develop plans to Materials and Research.
    • Develop Preliminary Plans to Field Check.
    • Perform roadway geometric design, drainage design, and roadside safety analysis. Note that, in most cases:
      • The existing horizontal and vertical alignments will be utilized for the proposed condition in most cases.
      • Retaining the existing typical section of the roadway will be a priority so that no new right of way (including temporary easements) will need to be acquired.
    • Visit the project site location.
  • Traffic Engineering:
    • Development of Traffic Management Plan if required, including coordination with the local government and KDOT office.
    • Develop permanent signing and pavement marking plans.
    • Develop Traffic Control Plans.
    • Traffic Modeling may be required for projects which begin at Discovery Phase but likely will be performed by KDOT for projects not listed as such. This has yet to be determined, if there are needs for traffic modeling, it will be discussed in the pre-scoping meeting.

Activities to be performed by KDOT include:

  • Traffic Forecasting data will be provided by KDOT:
    • Note: Technical data to support these activities will be required from the Consultant immediately after field check.
  • Utility Coordination, if required.
  • Geology and Geotechnical Services including soil investigations, bridge foundation geology, pavement field investigation and design, and surfacing recommendations.
  • Note: Survey and/or Right of Way Services are being solicited separately.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (Central Time) February 4, 2026.
  2. Ranking of proposals is expected to occur on or around February 11, 2026. Negotiations with the most highly ranked firm are expected to begin on or around March 11, 2026. An executed agreement is anticipated around April 6, 2026.
  3. KDOT anticipates letting these projects as indicated in Table 1. Design activities must be scheduled in accordance. These projects may follow an accelerated delivery schedule with some submittals required earlier than typical to meet the letting requirements. All dates subject to change.

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 the page limit laid out in Table 2 below (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 with all attachments 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. “Heavy Pavement Rehabilitation Projects_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 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. Depending on the number and quality of responses received, KDOT anticipates shortlisting (based on proposals) and potentially 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.
  7. The outline in Table 2 below describes the expected proposal organization, content sections, and limits on number of pages.
    1. Each team is limited to a single, one-page cover letter and a single page of general qualifications (“Past Performance” section plus “Familiarity with KDOT and Project Area” section) regardless of the number of projects in which they are expressing interest.
    2. Consultants may indicate interest in any and all projects and indicate preference(s) for up to three projects and shall do so on the “Heavy Rehabilitation Projects Interest & Preference Form” which is provided in the Bid Express Request for Proposals page.
    3. Thereafter, each team is limited to two pages per project in which they are expressing interest. In these pages, consultants shall:
      1. Describe the approach they plan to execute to deliver success on the project.
      2. Present the relevant qualifications and experience of the people they are proposing will provide the services.
  8. Table 3 lists the evaluation criteria and associated weights which will be used to make a selection.
Table 2: 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 3: Evaluation Factors
Evaluation Factor Weight
Qualifications and experience of project manager and other key project team members proposed for services 30%
Project approach 15%
Approach and commitment to meet advertised schedule 15%
Past performance history for similar projects/services for KDOT 20%
Approach to quality control 10%
Understanding of KDOT Technical Policies 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

Consultants should respond with the list of projects ranked to label their preferences.

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 January 22, 2026; answers will be provided to all prequalified consultants on January 29, 2026.

Calvin Reed
Secretary
Kansas Department of Transportation

Doc. No. 053796