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 6 - February 5, 2026

State of Kansas

Department of Transportation

Request for Proposals

KA-7212-05- US-69 Crawford County Corridor and Intersection Improvements

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) February 25, 2026, to be considered for selection.

Consultant Prequalification

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

  • 211 – Highway Design–Major Facility
  • 222 – Structural Design
  • 231 – Traffic Control Analysis and Design
  • 301 – Land Surveying
  • 401 – Landscape Seeding and Erosion Control
  • 411 – Pedestrian and Bicycle Facility 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

A US-69 Highway Corridor Study was done under project 69-19 KA-7212-01. The study was completed in the Fall of 2025.

View the study at https://www.ksdot.gov/projects/southeast-kansas-projects/u-s-69-highway-study-in-crawford-county-2024.

The scope of the study included:

  • Traffic and safety analysis for the US-69 corridor including projections, modeling and crash data.
  • Development and evaluation of improvement alternatives using traffic modeling, cost estimates, and environmental assessments.
  • Public outreach efforts to gather input to support decision-making.
  • Preparation of a final report summarizing all analyses, alternatives, public input, and recommended improvements for future implementation.

The scope of Project 69-19 KA-7212-05 is the preliminary design of Intersection and Corridor Improvements that were developed from the U.S. Highway Study in Crawford County. Below are the intersection and corridor locations:

  1. West Atkinson Road and East Atkinson Road Intersection.
  2. Frontenac Corridor from East Atkinson to 590th/US-160 Highway.
  3. 610th Avenue.
  4. West 20th Street.
  5. K-126/West 4th Street.
  6. Centennial Drive.
  7. 530th Avenue.
  8. 520th Avenue.
  9. 510th Avenue.
Table 1: Project Summary
Project Number Route and Scope Length (mi)
KA-7212-05 069-019
US-69 Corridor and Intersection Improvements
10.5
Project Number Structure BR#, Structure Scope, Structure Size and Type
KA-7212-05 Structures–There should be minimal structural design/work. Below is a summary of possible work; E. 520th Ave.–Continuous Green T: Extension of 10-20’ Structure (Culvert 524); K-126 / 4th St–Replace Sweeping Right: Improvements are adjacent to slab bridge (Bridge No. 067) and span bridge (Bridge No. 138), but design should avoid impacts to structures.

Anticipated Consultant Scope

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

  • Preliminary Design Services
  • Public Involvement Services
  • Survey Services
  • KDOT anticipates the following to be included in the consultant’s scope:
    Preliminary Design Services
  • Final Design Services
  • Public Involvement Services
  • Environmental Documentation Preparation (Permitting)
  • Access Modification Justification Report (AMJR)
  • Additional scope which may be added later (at the Secretary’s discretion) and may include:
  • Right of Way
  • Letting and Construction Phase Services
  • 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 the latest electronic deliverables including CAD conformance checks and ControlCAD indexed DGN files with ProjectWise attributes.
      • Coordinate closely with the city and county involved.
      • Provide bi-annual construction cost estimates and at major project milestones.
  • Road Design:
    • Perform roadway geometric design, drainage design, and roadside safety analysis.
    • Develop Plans to Materials and Research.
    • Develop Preliminary Plans to Field Check.
    • Develop Right of Way Plans.
    • Develop Final Plans for Construction.
    • Visit the project site location.
  • Bridge Design:
    • Bridge Design services may or may not be needed based on the chosen design.
    • If Bridge Design services are needed:
      • The consultant will propose and evaluate different framing layouts for review and acceptance by the KDOT Bridge Office.
      • Develop Preliminary and Final Design Plans.
  • Traffic Engineering:
    • Develop permanent signing, lighting, and pavement marking plans.
    • Develop Traffic Control Plans.
    • Foundation and truss design (as necessary).
    • ITS design and plans (as necessary).
  • Public Involvement Services:
    • 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.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (Central Time) February 25, 2026.
  2. Ranking of proposals is expected to occur on or around February 27, 2026. Negotiations with the most highly ranked firm are expected to begin on or around March 13, 2026. An executed agreement is anticipated around March 20, 2026.
  3. The program fiscal year for this project is FY2031 (July 2030–June 2031).
  4. Materials and Research Plans – January 13, 2028.
  5. Field Check – September 13, 2029.

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 5 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:
    1. The proposal PDF file name must read:
  4. “069-019 KA-7212-05_Crawford Co. Corridor and Intersection Improvements 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. 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 2 below describes the expected proposal organization and content sections.
  7. 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 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.
  8. Table 3 lists the evaluation criteria and associated weights which will be used to shortlist respondents and may be considered in final 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 20%
Project approach 20%
Approach and commitment to meet advertised schedule 20%
Past performance history for similar projects/services for KDOT 20%
Demonstrated understanding of nature and scope of project 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”)
  • Special Attachment No. 12 (“Certification of Company Not Currently Engaged in the Procurement or Obtainment of Certain Equipment, Services, or Systems”)

Special Contract Conditions

No special conditions are anticipated.

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 February 12, 2026; answers will be provided to all prequalified consultants on February 19, 2026.

Calvin Reed
Secretary
Kansas Department of Transportation

Doc. No. 053848