Volume 44 - Issue 19 - May 8, 2025
State of Kansas
Department of Transportation
Request for Proposals
Multiple Projects: SWPPP Oversight Inspection Services; Released May 2025
Notice to Consulting Firms
The Kansas Department of Transportation (KDOT) is seeking a qualified consulting firm, or team of firms, to perform Storm Water Pollution Prevention Plan (SWPPP) Oversight Inspection Services on multiple projects in various counties. Summary information for each project is provided below in Table 1. Note: A firm will not be selected if that same firm is performing construction inspection on the same project.
Interested consultants must upload a proposal by 12:00 p.m. (Central Time) June 4, 2025, to the Bid Express page to be considered for selection.
Consultant Prequalification
Interested consulting firms must be prequalified by KDOT or otherwise demonstrate qualification in the following category(s):
- 241–Construction Inspection and Testing
If a firm is not currently prequalified by KDOT, 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 SWPPP Oversight 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 a response as indicated below. There is no guarantee that a firm which has expressed interest will be selected for any project(s). As noted above in the first paragraph, a firm will not be selected if that same firm is performing construction inspection on the same project.
Table 1: Summary of Project Information | |||||||
---|---|---|---|---|---|---|---|
Group | RT-CO & Project # | Project Scope | Location | Anticipated Start | Working Days or CCD | Office | Comments |
25001 | U024-0089 KA-3236-01 |
Pavement replacement, to include replacement of Bridges #084 and #085. Removal of Bridges #082 and #083 and Rehabilitation of Bridges #086 and #087 as warranted. Frontage roads. | US-24: From 468 feet east of the US-24/Topeka Boulevard intersection, east to the Shawnee/Jefferson County line. (Bridges #084 and #085 – US-24 over Soldier Creek. Bridges #082 and #083 – US-24 over the abandoned ATSF RR. Bridges #086 and #087 – US-24 over K-4). | As soon as Contract Is signed | May 28, 2027 | Topeka | Project size 97 acres. Tied with KA-3542-01. Approximately 8 inspections are needed. |
U024-044 KA-3542-01 |
Pavement replacement will include the replacement of Bridge #003. Note, this bridge is 0.4-mile E. of the pavement replacement area. | US-24: From the Shawnee/Jefferson County line, east to 1.8 miles east of Shawnee/Jefferson County line. (Bridge #003 – Eastbound US-24 over Muddy Creek). | As soon as Contract Is signed | May 28, 2027 | Topeka | Project size 49.1 acres. Tied with KA-3236-01. Approximately 8 inspections are needed. Approximately 8 inspections are needed. | |
25002 | K023-090 KA-6019-01 |
2-Lane roadway reconstruction (36-foot Roadway), including 6-foot shoulders, replace bridges #016 and #017, seeding, signing, pavement marking and extend 500 series Culvert #515. | K-23: From 0.25 miles south of County Road 70 S (CR-406), north to Hoxie (Walnut Avenue) includes bridges #016 (South Fork Solomon River) and #017 (Sand Creek Bridge). (Culvert #515 – South Fork Solomon River Drainage). | As soon as Contract Is signed | April 24, 2026 | Oakley | Primary inspection responsibilities are being performed by KDOT District 3 Area 4. Project size 111.4 acres. Approximately 7 inspections needed. |
25003 | K156-042 KA-5802-01 |
Rehabilitate roadway including extensions to 9 bridge structures and add 6-foot composite shoulders with rumble strips. | K-156, 4 miles west of Jetmore, east 15 miles to 228 Road north of Hanston including Buckner Creek Drainage Bridges (#005, #066, #007, #009, #010, #011, #012, #013, and #014) located within the project limits. | As soon as Contract Is signed | December 18, 2026 | Dodge City | Project size 136.7 acres. Approximately 11 inspections needed. |
25004 | U083-041 KA-1008-02 |
2-Lane pavement reconstruction based on a 44-foot roadway, including 10-foot shoulders, on an offset alignment. Project will include the addition of passing lanes as warranted. Purchase Right of Way for a future 4-Lane Expressway section with partial access control. Public Involvement will be included for this project. | US-83 from Sublette (1000 feet north of the US-83/US-56 junction), north to 1.75-miles south of US-83/US-160 junction. | As soon as Contract Is signed | January 21, 2026 | Liberal | Project size 108.01 acres. Approximately 5 inspections needed. |
25005 | K007-006 KA-5804-01 |
Rehabilitate roadway, add 6-foot-wide composite shoulders and replace Little Pawnee Creek Drainage Bridge #030. | K-7, Beginning at the Crawford/Bourbon County line north to 0.4-miles southwest of US-69 (includes Little Pawnee Creek Drainage Bridge #030) | As soon as Contract Is signed | June 18, 2027 | Iola | Project size 164 acres. Approximately 11 inspections needed. |
25006 | K004-085 KA-3230-02 |
Reconstruction on offset alignment with bridge #144 redeck including replacement of the approach slabs and culvert #500 replacement. | K-7, from approximately 2.23 miles east of the K-4/K-104 junction (from bridge #144 over Smoky Hill River) east to approximately 1,600 feet east of the K-4/S. Kipp Road intersection. | June 2, 2025 | November 18, 2027 | Salina | Project size 164 acres. Approximately 15 inspections needed. |
25007 | U083-028 KA-1008-04 |
2-Lane pavement reconstruction based on a 44-foot roadway, including 10-foot shoulders, on an offset alignment. Deck Repair on Bridge #015. Blunt End Terminals on Bridge #016. Project will include the addition of passing lanes as warranted. Purchase right of way for a future 4-lane expressway section with partial access control. | US-83, from 2.5 miles north of the Haskell/Finney County line, north to the south EWS of Bridge #015 over the Arkansas River. | July 2, 2025 | November 19, 2027 | Garden City | Project size 446 acres. (Bridge #015 – Arkansas River and Bridge #016 – Burlington Northern Santa Fe Railroad). Approximately 15 inspections needed. |
Anticipated Consultant Scope
The scope of SWPPP Oversight Inspection Services and certifications required are as follows for each project listed in the table:
Complete a SWPPP Oversight Inspection once every three (3) months until the NOA or PNOA is issued, SWPPP inspector must have a current Construction Stormwater (CSW) certification. Notify the local KDOT Area Engineer and Contractor WPCM of an oversight within a minimum of 24 hours and maximum of 120 hours (5 days) before the inspection begins. Submit the inspection report to the Area Engineer and WPCM by the end of the next business day following the inspection.
KDOT’s Stormwater Compliance Engineer and/or Field Construction Engineer will review inspection documentation for completeness and accuracy as well as provide oversight, training, and guidance.
The project scope indicated in Table 1 varies for each project. 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.
Upon publication of this Request for Proposals, 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 request) for various types of SWPPP Oversight inspection except as noted in the table. Tabulated information in this Request for Proposals 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 Schedule and Key Dates
- Proposals are due by or before 12:00 p.m. (Central Time) June 4, 2025.
- Ranking of proposals is expected to occur on or around June 6, 2025. Negotiations with the most highly ranked firm are expected to begin on or around June 13, 2025. An executed agreement is anticipated shortly thereafter.
- Anticipated scope starts dates and working days or anticipated calendar completion dates are shown in the table. All dates are subject to change.
Instructions for Proposal
- 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.
- 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.
- A single PDF (10MB maximum size) of the proposal including all attachments must be uploaded to the appropriate bid form on Bid Express by the proposal due date and time.
- The proposal PDF file name must read:
- “Oversight Inspection Multiple Projects_2025.05 Release FIRM NAME”
- 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 here at https://www.ksrevenue.gov/taxclearance.html. Allow 2-3 business days for processing. All attachments are required for every firm involved in a multi-consultant team. Upload these files as instructed in Bid Express.
- The outline in Table 2 below describes the expected proposal organization, content sections, and limits on number of pages.
- Each team is limited to a single, one-page cover letter.
- Consultants may indicate interest in any and all projects, indicate preference (s) for up to three projects, and shall both indicate interest and preferences on the “May 2025 SWPPP Oversight Inspections Interest & Preference Form provided on the Bid Express page to complete and upload. Also, consultants are to use the bottom of that form to indicate any capacity limitations that need to be taken into account when making selections.
- Thereafter, each team is limited to two pages per project in which they express interest. In these pages, consultants shall:
- Describe the approach they plan to execute to deliver success on the project.
- Present the relevant qualifications and experience of the people they are proposing will provide the services.
- Provide the firm’s familiarity with KDOT and the project area.
- Finally, consultants are limited to a single, on-page descriptions of general qualifications (“Past Performance” selection plus “Approach to Quality Control” section) regardless of the number of projects in which they are expressing interest.
- Table 3 lists the evaluation criteria and associated weights which will be used to make a selection.
- 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 “May 2025 SWPPP Oversight Inspections Interest & 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
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
Batch Request for Proposals.
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 15, 2025; answers will be provided to all prequalified consultants on May 22, 2025.
Calvin Reed
Secretary
Department of Transportation
Doc. No. 053145