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 40 - Issue 26 - July 1, 2021

State of Kansas

Department of Transportation

Notice to Consulting Firms

The Kansas Department of Transportation (KDOT) is seeking qualified consulting engineering firms for the project listed below. Interested consulting firms must be prequalified by KDOT or otherwise demonstrate qualification in the following category: Category 162 Long-Range Planning. Consultants may create a team to meet the prequalification requirements. A PDF must be emailed to David Lutgen, P.E., Contracts Engineer at kdot.designcontracts@ks.gov. Responses are to be limited to eight pages, the subject line of the reply email and the file name must read “KDOT TAMP RFP – Firm Name.” Proposals must be received by 12:00 p.m. July 16, 2021, for the consulting firm to be considered.

If a firm is not currently prequalified by KDOT a response 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 may 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. 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 Purpose of Project

In the FAST Act, Congress specified that each state must prepare a risk-based Transportation Asset Management Plan (TAMP) covering, at a minimum, pavement and bridge assets on the National Highway System. KDOT developed its TAMP, culminating in a report in June 2019, with the help of a consultant team. FHWA requires states to update their TAMP by June 30, 2022, with particular emphasis on updating the 10-year financial plan. The goal of this project is to update the 2019 TAMP and to include enhancements suggested by the FHWA Resource Center.

Scope of Services to be Performed

The TAMP should include the necessary components required by FHWA, including, but not limited to:

  • An update on asset conditions
  • An updated risk register, developed with input from KDOT management
  • An updated 10-year financial plan
  • Investment strategies for pavement and bridge assets, and
  • Address the FHWA critique of the current TAMP

It is expected that local units of government owning and/or maintaining National Highway System assets in Kansas, and the Kansas Turnpike Authority, will be included and consulted in the preparation of this TAMP.

Anticipated Schedule for Subsequent Events

Proposals are due by 12:00 p.m. (CST) July 16, 2021. Based on the qualifications submitted in the proposal and other information available to KDOT, on or about July 28, 2021, KDOT will select a firm. Negotiations with the selected firm will commence on or about August 11, 2021. Agreement in place and in effect September 15, 2021. Proposals are to be delivered via email to kdot.designcontracts@ks.gov.

Instructions for Proposal

No costs shall be contained in the proposals. The proposals must not exceed eight (8) pages total to address the pertinent topics. Please use the following naming convention for submittal…KDOT TAMP RFP – Firm Name. Proposals submitted will consist of the complete proposal and a completed and signed Special Attachment No. 7 (“Certificate of Final Indirect Costs”), a completed and signed Special Attachment No. 8 (“Tax Clearance Certificate”), and a completed and signed Special Attachment No. 10 (“Policy Regarding Sexual Harassment”). Subconsultants will need to complete these attachments as well. All these forms are attached to the original email announcement.

Proposals shall describe any processes or procedures, including best practices, that will be used to perform tasks and to produce deliverables described above under “Scope of Services to be Performed.” Also, include items such as:

  • Project manager
  • History of projects with similar tasks
  • Availability of staff to meet schedule without overtime
  • Familiarity with KDOT policies and procedures
  • Any subconsultant and their role (if any) that will be performing services on the project

Evaluation Factors

Proposals will be evaluated based on the factors listed below, evenly weighted, to rank the most qualified firm in order of preference as first, second, third, etc. Evaluation factors: 1) the quality and completeness of the response; 2) qualifications and experience of consultant personnel proposed for services; 3) proposed project approach; 4) project schedule; and 5) past performance history for similar projects/services. The highest ranked firm will be asked to enter into negotiations with KDOT for an agreement. In the event KDOT cannot reach agreement with the ranked firm, it will terminate negotiations with such firm and commence negotiations with the next highest ranked firm, and so on, until either agreement is reached for a satisfactory scope of services for a fair and reasonable price, or KDOT decides to pursue other alternatives.

Exhibits to this RFP

  • Special Attachment No. 7 (“Certificate of Final Indirect Costs”)
  • Special Attachment No. 8 (“Tax Clearance Certificate”)
  • Special Attachment No. 10 (“Policy Regarding Sexual Harassment”)

Contract Terms and Conditions

A standard KDOT agreement for engineering and technical services will be used for this project. Special Attachments for the Kansas “Tax Clearance Certificate,” the “Certification of Final Indirect Costs,” and the Special Attachment No. 10 (“Policy Regarding Sexual Harassment”) will also eventually become attachments to the contract.

Questions about this RFP shall be sent by email to KDOT at kdot.designcontracts@ks.gov.

Calvin E. Reed, P.E. Director
Division of Engineering and Design

Doc. No. 049260