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 44 - Issue 23- June 5, 2025

State of Kansas

Department of Transportation

Request for Proposals

106 EN-3714-26 and 106 EN-3714-27 – Senior Bridge Design Lead – Embedded Engineer(s)

Notice to Consulting Firms

The Kansas Department of Transportation (KDOT) is seeking a qualified consulting firm to perform professional services for the project described below. Interested consultants must submit a proposal as laid out herein by 12:00 p.m. (Central Time) June 25, 2025, 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 - Non-Standard Span Bridge Design (Complex Structural Design)
  • 222 - Standard Span Bridge Design (Structural 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. 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

The KDOT Bureau of Structures and Geotechnical Services (BSGS) is seeking assistance in managing bridge replacement and rehabilitation projects under a two-year contract, with the option to renew up to two, one-year terms. An engineer from the selected firm will be located in the KDOT Eisenhower Building for the beginning of the contract with the option to reduce time in the office to once every two weeks.

Anticipated Consultant Scope

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

The firm selected will assist KDOT BSGS in reviewing plan sets during all pre-letting milestones, attending field checks, submitting investigation requests, responding to requests for information during advertising, managing post-letting submittals, and answering construction inquiries from contractors and KDOT staff. The consultant will also be responsible for maintaining plan production schedules and archiving project documents in ProjectWise. The selected firm will need to be proficient in managing multiple projects at different stages of production. The consultant will provide the equivalent of one full-time engineer.

Anticipated Schedule and Key Dates

  1. Proposals are due by or before 12:00 p.m. (Central Time) June 25, 2025.
  2. Ranking of proposals is expected to occur on or around June 27, 2025. Negotiations with the most highly ranked firm are expected to begin on or around July 11, 2025. An executed agreement is anticipated around July 25, 2025.
  3. The program fiscal year for this project is FY2026 through FY2027. Projects managed will range from FY2024 through FY2031

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.
  4. The subject line of the email and the PDF file name must read:
    1. “EN-3714-26&-27_Senior Bridge Design Lead_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 1 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 may 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.
  8. Table 2 lists the evaluation criteria and associated weights which will be used to make a selection.

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

Table 1: Proposal Content
Section Description of Intent Page Limit
Cover Letter 1 Page
Approach to Project Schedules Describe the approach to accomplish the scope of services within the schedule requirements. Include availability of staff. 2 Pages
Approach to Quality Control Describe methods or procedures your firm will use to provide all reviews and other services with professional quality, technical accuracy, and consistency.
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. 2 Pages
Past Performance Describe team’s past performance with respect to ability to meet and maintain 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 Describe team’s familiarity with KDOT’s design process and standards.
Table 2: Evaluation Factors
Evaluation Factor Weight
The qualifications and experience of consultant design personnel/manager proposed for services 20%
Approach and commitment to meet individual advertised project schedules 15%
Past performance history for similar projects/services for KDOT 20%
Availability to respond to the work 10%
Approach to quality control 20%
The quality and completeness of the response 5%
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 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”)

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 June 12, 2025; answers will be provided to all prequalified consultants on June 19, 2025.

Calvin Reed
Secretary
Department of Transportation

Doc. No. 053214