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 42 - Issue 4 - January 26, 2023

State of Kansas

Department of Transportation

Notice to Consulting Firms

The Kansas Department of Transportation (KDOT) is seeking qualified consulting firms or teams of firms to perform professional services for the projects in summarized in Table 1 below. Interested consultants must email a proposal to KDOT.DesignContracts@ks.gov by 12:00 p.m. Central Time February 8, 2023, to be considered for selection.

Consultant Prequalification

Consulting firms interested in providing service on any project listed below must be prequalified by KDOT in Category 241–Construction Inspection and Testing.

If a firm is not currently prequalified by KDOT in a required category, 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.

Background and Scope of Projects

With this single solicitation, KDOT is requesting consulting services for construction inspections on the projects listed in Table 1. This table provides summary information for each project. One consultant will be selected to perform services associated with each group listed. Firms can express interest in the groups 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(s).

Table 1: Summary of Project Information
Group RT-CO Project # Scope and County Anticipated Start Working Days Completion Date Office Contractor Notes
119 K030- 099 KA-6245-01 Resurfacing
Wabaunsee County
May 1, 2023 55 --- Topeka Slated to be performed by same contractor.
119 K004- 089 KA-6244-01 Resurfacing
Shawnee County
May 1, 2023 55 --- Topeka Slated to be performed by same contractor.
124 - 106 KA-6255-01 Signing
Multiple
Mar. 27, 2023 140 --- Topeka Slated to be performed by same contractor.
124 - 106 KA-6258-01 Signing
Multiple
Feb. 23, 2023 120 --- Garnett Slated to be performed by same contractor.
134 U075- 089 KA-6128-01 Bridge Repair
Shawnee County
Mar. 6, 2023 180 --- Topeka ---
135 I070- 105 KA-6800-01 Resurfacing
Wyandotte County
May 1, 2023 --- Sept. 30, 2023 Bonner Springs Slated to be performed by same contractor.
135 U069- 105 KA-6676-01 Resurfacing
Wyandotte County
May 1, 2023 --- Sept. 30, 2023 Bonner Springs Slated to be performed by same contractor.
135 I035- 105 KA-6801-01 Resurfacing
Wyandotte County
Apr. 3, 2023 110 --- Olathe Slated to be performed by same contractor.
136 K004- 089 KA-5483-02 Guardrail
Shawnee County
Mar. 13, 2023 30 --- Topeka ---
313 K181- 071 KA-3938-01 Bridge Replacement
Osborne County
Mar. 6, 2023 135 --- Phillipsburg ---
322 U036- 074 KA-6002-01 Guardrail
Phillips County
Mar. 1, 2023 75 --- Phillipsburg ---
327 K181- 092 KA-6421-01 Resurfacing
Smith County
Mar. 1, 2023 60 --- Phillipsburg Slated to be performed by same contractor.
327 K181- 071 KA-6420-01 Resurfacing
Osborne County
Mar. 1, 2023 60 --- Phillipsburg Slated to be performed by same contractor.
328 K383- 069 KA-6717-01 Bridge Repair
Norton County
Mar. 1, 2023 90 --- Phillipsburg ---
329 - 106 KA-6257-01 Signing
Multiple
Mar. 1, 2023 115 --- Hays Slated to be performed by same contractor.
329 - 106 KA-6256-01 Signing
Multiple
Mar. 1, 2023 80 --- Atwood Slated to be performed by same contractor.
419 U069- 019 KA-3928-01 Bridge Replacement
Crawford County
Feb. 27, 2023 140 --- Pittsburg ---
421 - 106 KA-6266-01 Signing
Multiple
Mar. 1, 2023 55 --- Garnett ---
423 U059- 030 KA-6579-01 Resurfacing
Franklin County
Mar. 6, 2023 110 --- Garnett ---
425 K152- 054 KA-6318-01 Resurfacing
Linn County
Mar. 6, 2023 30 --- Garnett ---
504 - 106 KA-6263-01 Signing
Multiple
Mar. 1, 2023 115 --- Wichita ---
520 U050- 040 KA-1827-05 Grading/Surfacing
Harvey County
Feb. 27, 2023 100 --- El Dorado ---
521 U050- 078 KA-6580-01 Resurfacing
Reno County
Mar. 1, 2023 35 --- Hutchinson ---
604 K096- 086 KA-3258-01 Grading/Surfacing
Scott County
Mar. 6, 2023 215 --- Garden City ---
605 K096- 102 KA-3274-01 Grading/Surfacing
Wichita County
Mar. 6, 2023 180 --- Garden City ---
606 U083- 088 KA-3253-01 Grading/Bridge/Surfacing
Seward County
Feb. 27, 2023 --- April 12, 2024 Liberal ---

Additional project information including construction scope to be inspected, a detailed description of the project location, and resources and inspection scope specifically requested from consultants via this request can be viewed in an online table at https://www.ksdotike.org/about/construction-inspection-rfps. Upon publication of this Request for Proposals (RFP), KDOT anticipates each of these inspection efforts will require full teams (project manager and inspectors, as opposed to single role staff augmentation as is occasionally requested) for various types of construction inspection needs. Watch the website linked above for updated information. Tabulated information (both in this RFP and on the website) shall not be relied upon during inspections. It is provided for the convenience of consultants, specifically to aid in making decisions about which projects they are interested in performing.

Specific project needs are subject to modification and/or cancellation at KDOT’s discretion.

Anticipated Consultant Scope

The scope of construction inspection services and certifications required will vary for each project and are listed in the table available on the website noted above. Inspection efforts will be managed out of the offices listed. Also included for the convenience of consultants are indications of which grouped projects are currently slated to be performed by the same contractors.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (Central Time) February 8, 2023.
  2. Ranking of proposals is expected to occur on or around February 15, 2023. Negotiations with the most highly ranked firm are expected to begin on or around February 22, 2023. An executed agreement is anticipated shortly thereafter.
  3. Anticipated start dates and working days or anticipated calendar completion dates are shown in the table. All dates are 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 (5MB maximum size) of the proposal including all attachments must be emailed to KDOT.DesignContracts@ks.gov by the proposal due date and time.
  4. The subject line of the email and the PDF file name must read:
    1. “ConstInsp Multiple Projects_2023.01 Release_FIRM NAME”
  5. The proposal must be accompanied by Special Attachments No. 8 (“Tax Clearance Certificate”) and No. 10 (“Policy Regarding Sexual Harassment”). If you need a Tax Clearance Certificate, you can request one at https://www.ksrevenue.org/taxclearance.html. Allow 2-3 business days for processing.
  6. 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.
    2. Consultants may indicate interest in any and all projects, indicate preference(s) for up to three projects, and shall do so on the “January 2023 Construction Inspections Interest and Preference Form” available at https://www.ksdotike.org/about/construction-inspection-rfps.
    3. Thereafter, each team is limited to two pages per project in which they express 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.
      3. Provide the firm’s familiarity with KDOT and the project area.
    4. Finally, consultants are limited to a single, one-page description of general qualifications (“Past Performance” section plus “Approach to Quality Control” section) regardless of the number of projects in which they are expressing interest.
  7. Table 3 lists the evaluation criteria and associated weights which will be used by KDOT when making selections.
  8. Although not anticipated at this time, KDOT reserves the right to interview for the requested services associated with any of the listed projects prior to making final selections.

Table 2: Proposal Content
Section Description of Intent Page Limit
Cover Letter 1 Page
Consultant Project Interest and Preference Fill out “January 2023 Construction Inspections Interest and Preference Form” and submit with your proposal. 1 Page
Project Approach Describe how your firm will meet the fluctuating inspection needs of the project. 2 Pages Per Project in Which Team is Interested
Qualifications and Experience For key personnel to be assigned to the project provide names, 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.
Familiarity with KDOT and Project Area Describe team’s familiarity with KDOT’s inspection processes and standards. Describe familiarity with the project area and any identified special site conditions.
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. 1 Page Total
Approach to Quality Control Describe methods or procedures your firm will use to provide all services with professional quality and technical accuracy.

Table 3: Evaluation Factors
Evaluation Factor Weight
The quality and completeness of the response 10%
Availability to respond to the work 20%
Qualifications and experience of project manager and other key project team members proposed for services 20%
Past performance history for similar projects/services for KDOT 20%
Understanding of the project area 10%
Understanding of KDOT contract administration and closeout procedures 20%

Contract Terms and Conditions

KDOT anticipates that each project will be contracted separately. 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”)

Questions

All questions regarding this RFP shall be emailed to KDOT.DesignContracts@ks.gov.

Questions can be submitted until January 26, 2023; answers will be provided to all prequalified consultants and (others who reach out before then requesting such information) on February 1, 2023.

Marcia Turner, P.E.
Contracts Manager
Division of Engineering and Design
Department of Transportation

Doc. No. 050826