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 19- May 7, 2026

State of Kansas

Department of Transportation

Request for Proposals

106-P-1815-27 Updated KDOT Statewide Shoulder Width Map

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 below. Interested consultants must submit a proposal as laid out herein by 12:00 p.m. (Central Time) June 3, 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):

  • 162 – Long Range Planning

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.

Development of Updated KDOT Statewide Should Wide Map Introduction

The goal of this project is to update the KDOT 1998 Shoulder Width Map for new and reconstruction projects and develop a Shoulder Width Map for resurfacing, restoration and rehabilitation (3R) projects utilizing a combination of performance-based analysis and consideration of such things as maintenance, traffic growth, transportation modes, budgetary factors and Oversize and Freight route locations. The data from this analysis will be used to create the updated map. The vendor will work in conjunction with KDOT to develop the map.

Background

In 1998 KDOT developed a shoulder width map for use in new and reconstruction projects on the state highway system.

Project Approach

KDOT seeks proposals from qualified consultants outlining their proposed approach to accomplishing the outcomes and outputs defined in the project scope and addressing the questions and considerations detailed within.

Anticipated Project and Consultant Scope

The scope included herein may not be all-inclusive. A scoping meeting will take place after consultant selection is made. KDOT anticipates the following to be included in the project and consultant’s scope:

Project Scope

The updated map will be enhanced to include shoulder type (turf, composite or paved).

  • Not included are as follows:
    • Pavement type, concrete or asphalt, will not be determined.
    • Interstate routes and routes within rural town and urban contexts should not be included in the mapping effort.
    • The effects of adjusting other roadway cross sectional elements (e.g. lane width, roadside slope) or alignment segments (e.g. horizontal curves) or adding of safety features (e.g. super elevation correction or addition of rumble strips) will not be included in the performance analysis.

Performance-based analyses should follow the methodologies found in NCHRP Report 876 Guidelines for Integrating Safety and Cost-Effectiveness into Resurfacing, Restoration and Rehabilitation (3R) Projects (2021) and the AASHTO Highway Safety Manual (2010) or more current publication. NCHRP Report 876 Guidelines can be found at https://www.nationalacademies.org/read/25206.

KDOT will provide items listed below to accomplish these tasks:

  • Task 1: Review of Geospatial Data of Existing Routes and Crashes to segment the highway system
  • Task 2: Shoulder Scenario Generation
  • Task 3: Developing Costs/Mile
  • Task 4: Safety Benefit Development
  • Task 5: Shoulder Selection Module
  • Task 6: Smoothing the results for Mapping
  • Task 7: Map Data finalization
  • Task 8: Map Development in conjunction with KDOT Staff
  • Task 9: Report of Findings and Methodology (so the map may be updated periodically)
  • TOTAL PROJECT TIMELINE: 12 Months

KDOT will provide:

  • Crash data and costs per crash severity (KABCO)
  • AADT counts (vehicles/day)
  • Speed Limits
  • KDOT developed calibration factors
  • KDOT developed Safety Performance Functions (SPFs) (if applicable)
  • KDOT Route and Functional Classification Mapping
  • KDOT Freight Corridor information and locations
  • Kansas Designated Bicycle Routes and USBR System locations
  • Crash Modification Factors (CMFs) gathered from the Highway Safety Manual (HSM 2010) or the Federal Highway Administration (FHWA) CMF Clearing House will be reviewed and approved by KDOT before use in analysis.

KDOT will provide data to assist with the development of construction costs per mile but the responsibility of calculating construction costs per mile for various options will be up to the research team. Only costs related to the construction of the shoulders will be needed.

KDOT will provide access to the Street-Smart application roadway data and imagery to assist with evaluating existing roadway widths, number of lanes, and shoulder type.

Estimated Total Project Cost (Lump Sum): $275,000 (or less)

Deliverables

  1. Project updates will be communicated to the Project Monitor (PM) at bi-monthly intervals These meetings will be Teams and/or in-person at the KDOT Lawrence Road Design Office.
    1. District Test Map: to test our theory for map development, a portion of the state will be mapped on a preliminary basis to show proof of concept. The vendor will assemble the data and make the map. KDOT will review and access the process. Suggested changes will be included in the creation of the statewide map.
    2. Upon completion of the District Test Map – proceed to completing the same process for a Statewide map in conjunction with KDOT.
  2. A draft Final Report, with written verification that the document has been reviewed by a technical writer, will be delivered to the PM two (2) months prior to the Project End Date. This will include a short (1-page) Technical Summary description of the work accomplished with any pictures the vendor would like to share for publicity.
    1. Documentation of the Map Development Process Report: to be used by KDOT for any future criteria map development. This process should include all formulas, assumptions, methodologies, reference guides as well as sample calculations.
    2. Documentation of Results: should record KDOT’s reasonings for shoulder width selection for final mapping based on safety, maintenance, traffic modal use, expansion, freight, etc.
    3. All Statewide Data for map development by the vendor for KDOT, as well as a final Statewide map made by the vendor. Final statewide map creation will involve KDOT review in the process and may include some help with development and refinement.
  3. A Final Report will be delivered to the PM 1 month prior to the project end date. These written reports shall be submitted to KDOT in Microsoft Office Word format, utilizing KDOT Research Report Style Guide regarding pictures and graphs. All units displayed in the report shall be US Customary – or dual unit with US Customary as the primary.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (Central Time) June 3, 2026.
  2. Ranking of proposals is expected to occur on or around June 5, 2026. Negotiations with the most highly ranked firm are expected to begin on or around June 19, 2026. An executed agreement is anticipated around June 30, 2026.
  3. The program fiscal year for this project is FY2027 (July 2026 – June 2027).

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 8 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. “106 P-1815-27 _Updated KDOT Statewide Shoulder Width Map_ 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. Note, Federal Restrictions on Foreign Drones: Effective December 22, 2025, the American Security Drone Act of 2023 (ASDA) and OMB Memorandum M-26-02 strictly prohibit the use of federal funds for UAS manufactured by covered foreign entities. This includes any aircraft, flight controller, camera, or ground control station supplied by a manufacturer that is based in, or subject to the control of, a foreign adversary country, specifically the People’s Republic of China.

    This prohibition restricts the use of drones from these countries on any federal-aid project even if the drone related costs are billed separately or not at all. Any use of these covered drones including operation, maintenance or data processing on federal aid projects is prohibited. KDOT is evaluating adding a contract provision acknowledging this requirement on contracts moving forward. The prime consultant shall remain fully responsible for monitoring their team, (subconsultant and vendor) compliance with this requirement.
  7. The outline in Table 3 below describes the expected proposal organization and content sections.
  8. Depending on the number and quality of responses received, KDOT anticipates shortlisting (based on proposals) and if chooses to hold 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.
  9. Table 4 lists the evaluation criteria and associated weights which will be used to shortlist respondents and may be considered in final selection.
Table 1: Proposal Content
Section Description of Intent Page Limit
Cover Letter 1 Page
Project Approach Demonstrate a unique approach to accomplish the work efficiently and to a high standard. Include the disciplines needed to successfully conduct this work (planning, engineering, safety analysis, economic analysis, facilitation). 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, milestone products, coordination tactics, and availability of staff.
Approach to Quality Control Describe methods or procedures your firm will use to provide all 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. Consultant experience must include project management; stakeholder facilitation and organizing; subject matter expertise in the Safe System Approach; behavioral and engineering strategies to improve traffic safety, and traffic safety culture; technical writing and editing; graphic design; and publishing.
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 this type of project and any identified special conditions. Have familiarity with Federal and State DOT processes, programs and plans. Consultant should have experience with Kansas transportation system network planning and project prioritization methods.
Table 2: Evaluation Factors
Evaluation Factor Weight
Qualifications and experience of project manager and other key project team members proposed for services 25%
Project approach 15%
Approach and commitment to meet advertised schedule 5%
Past performance history for similar projects/services for KDOT 15%
Innovation/Creativity in solutions 10%
Unique qualifications 10%
Approach to quality control 5%
Demonstrated understanding of nature and scope of project 10%
Identification of special conditions to be considered for the project 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 Attachment No. 12 (“Certification of Company Not Currently Engaged in the Procurement or Obtainment of Certain Equipment, Services, or Systems”)

Special Contract Conditions

The Kansas Department of Transportation is seeking a one-year (12 month) contract for the development of an updated KDOT Statewide Should Width Map.

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 May 14, 2026; answers will be provided to all prequalified consultants on May 21, 2026

Calvin Reed
Secretary
Kansas Department of Transportation

Doc. No. 054131