Volume 45 - Issue 16 - April 16, 2026
State of Kansas
Department of Transportation
Request for Proposals
Construction Inspection Services with CPM Schedule.2026.04
Notice to Consulting Firms
The Kansas Department of Transportation (KDOT) is seeking a qualified consulting firm, or team of firms, to perform construction inspection services on multiple projects in various counties. Summary information for each project is provided below in Table 1.
Interested consultants must upload a proposal by 12:00 p.m. (Central Time) April 24, 2026, to the Bid Express page to be considered for selection.
Consultant Preqqualification
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 https://www.ksdot.gov/doing-business/design-consultants/design-consultant-prequalification. Consultants may create a team to meet the pre-qualification 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
KDOT is requesting consulting services for construction inspections on the project listed in Table 1. This table provides summary information for the project. One consultant will be selected to perform services associated with the project listed.
| Table 1: Summary of Project Information | ||||||
|---|---|---|---|---|---|---|
| RT-CO | Group # | Project # and Location | Anticipated Start | Working Days | Office | Project Scope and Consultant Scope |
| K033- 030 | 26452 | KA-6472-01 Location: K-33: from Shawnee Road north to 100 feet south of Pendelton Avenue includes Bridge #063 over I-35 located at the K-33/I-35 interchange. |
April 27, 2026 | 220 | Garnett | Project Scope: Roadway reconstruction, bridge replacement, construction of roundabout at K33 and Stafford Road, and interchange improvements at K-33/I-35. Consultant Scope: Project manager and inspectors as necessary to inspect. Provide expert technical assistance to administer project special provision 15-PS0263-R1. The requested services include attendance at schedule update meetings and review of contractor submittals such as baseline schedules, progress schedules, change order fragnets and time extension requests. The use of SmartPM scheduling analysis software is preferred for analysis and reporting. The consultant will be asked to provide regular reports of schedule performance and to work with the project team as changes occur. |
Anticipated Consultant Scope
The scope of construction inspection services and certifications required for this project are listed in the table available on the website noted above. Inspection efforts will be managed out of the offices listed above in Table 1.
Anticipated Schedule and Key Dates
- Proposals are due by or before 12:00 p.m. (Central Time) April 24, 2026.
- Ranking of proposals is expected to occur on or around April 27,2026. Negotiations with the most highly ranked firm are expected to begin on or around April 29,2026. An executed agreement is anticipated shortly thereafter.
- Anticipated scope start date 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:
- “ConstInsp with CPM Schedule Project_2026 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 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.
- 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.
- 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.
- 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 | |
| Project Approach | Describe how your firm will meet the fluctuating inspection needs of the project. | 2 Pages |
| 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”)
Attachments
The 15-PS0263-R1 CPM scheduling – Kansas Department of Transportation Special Provision to the Standard Specifications, 2015 Edition and will be uploaded separately to the Request for Proposals Bid Express page and also attached to the 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 April 14, 2026; answers will be provided to all prequalified consultants on April 21, 2026.
Calvin Reed
Secretary
Kansas Department of Transportation
Doc. No. 054038