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 16 - April 16, 2026

State of Kansas

Department of Transportation

Request for Proposals

50-78 KA-7894-01- Superstructure Replacement Reno County Br. 078-007

Notice to Consulting Firms

The Kansas Department of Transportation (KDOT) is seeking a qualified consulting firm or team of firms to perform professional design 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) April 29, 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):

  • 221 – Complex Structural Design
  • 222 – Structural Design
  • 302 – Engineering Surveying
  • 321 – Bridge Structural Analysis

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.

Table 1: Background and Scope of Project
Project Number Background and Scope of Project
50-78 KA-7894-01 Existing superstructure has fatigue cracking and previous fatigue crack repairs. Deck is not composite and notice of the concrete deck raising off girders is recorded on bridge inspection forms. Need for entire super structure replacement. Issues with drainage off of bridge ends. Approach slabs replaced, flumes improved off bridge ends for improved drainage, potential concrete rip-rap repair.
Table 2: Project Summary
Project Number Route and Scope Length (mi)
50-78 KA-7894-01 050-078
Replace approach slabs near bridge ends. Update guardrail. Update to railroad standards over railroad.
0.25
Project Number Structure BR#, Structure Scope, Structure Size and Type
50-78 KA-7894-01 Bridge Number 078-007, SWGC-Steel Welded Plate Girder Continuous, 663’, 44’ Roadway. Replace existing superstructure. Substructure to remain in place.

Anticipated Consultant Scope

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

  • Survey Services
  • Railroad Involvement
  • Final Design Services
  • Preliminary Design Services
  • Right of Way Services
  • Letting and Construction Phase Services

It is possible KDOT survey could survey this bridge, but if not, selected consultant will need to be in contact with Ron Feldkamp.

The scope included herein may not be all-inclusive. A scoping meeting will take place after consultant selection is made.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (Central Time) April 29, 2026.
  2. Ranking of proposals is expected to occur on or around May 1, 2026. Negotiations with the most highly ranked firm are expected to begin on or around May 15, 2026. An executed agreement is anticipated around May 29, 2026.
  3. The program fiscal year for this project is FY2031 (July 2030 – June 2031).

883 is available on the Bid Express Request for Proposals page. Notice to Proceed will be as soon as possible.

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. “50-78 KA-7894-01_Superstructure Replacement Reno Co._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 may elect to shortlist (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.
  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 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%
Past performance history for similar projects/services for KDOT 10%
Understanding of the project area 15%
Understanding of KDOT Technical Policies 15%
Identification of special conditions to be considered for the project 25%

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

Bridge is over two railroad tracks, both Union Pacific (UP) and Burlington Northern Santa Fe (BNSF) and over K-61 highway. No available short detour.

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 16, 2026; answers will be provided to all prequalified consultants on April 23, 2026.

Calvin Reed
Secretary
Kansas Department of Transportation

Doc. No. 054035