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 45 - Issue 10 - March 5, 2026

State of Kansas

Department of Transportation

Request for Proposals

Multiple Projects: Construction Inspection Services; Released March 2026

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) March 25, 2026, to the Bid Express page to be considered for selection.

Consultant Prequalification

Consulting firms interested in providing service on any project listed below must be prequalified by KDOT 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 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 a response 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, County Anticipated Start Working Days or CCD Office Comments
26108 U036-058 KA-7815-01 Resurfacing
Marshall
April 27, 2026 75 Wamego
26109 U024-081 KA-7862-01 Resurfacing
Riley
April 13, 2026 60 Wamego Prime contractor is Schilling. Contract is tied to KA 7731-01 and KA 7864-01.
K113-081 KA-7731-01 Resurfacing
Riley
April 13, 2026 60 Wamego Prime contractor is Schilling. Contract is tied to KA 7862-01 and KA 7864-01.
K018-081 KA-7864-01 Resurfacing
Riley
April 13, 2026 60 Wamego Prime contractor is Schilling. Contract is tied to KA 7761-01 and KA 7862-01.
26110 K099-099 KA-7784-01 Resurfacing
Wabaunsee
June 10, 2026 50 Wamego Prime is Pearson. Tied with project KA 7856-01.
K099-056 KA-7856-01 Resurfacing
Lyon
June 10, 2026 50 Wamego Prime is Pearson. Tied with project KA 7784-01.
26111 U073-052 KA-7729-01 Resurfacing
Leavenworth
April 6, 2026 95 Bonner Springs Tied with project KA 7728-01.
U073-105 KA-7728-01 Resurfacing
Wyandotte
April 6, 2026 95 Bonner Springs Tied with project KA 7729-01.
26112 K032-106 KA-7968-01 Resurfacing
Multiple
April 6, 2026 90 Bonner Springs
26113 K032-105 KA-7727-01 Resurfacing
Wyandotte
April 20, 2026 85 Bonner Springs
26114 I070-099 KA-7607-01 Bridge Repair
Wabaunsee
March 30, 2026 55 Wamego 1 project manager lead inspector needed. KDOT assisting in testing.
26115 U075-089 KA-7707-01 Resurfacing
Shawnee
June 1, 2026 85 Horton Project tied with 75-43 KA 7770-01. Will have the same contractor as group 26116 and may run concurrently. If selected for both contracts, firm should provide contingency plan for staffing both projects adequately.
U075-043 KA-7770-01 Resurfacing
Jackson
June 1, 2026 85 Horton Project tied with 75-89 KA 7707-01. Will have the same contractor as group 26116 and may run concurrently. If selected for both contracts, firm should provide contingency plan for staffing both projects adequately.
26116 U073-007 KA-7474-01 Resurfacing
Brown
August 3, 2026 40 Horton KDOT’s inspector will run the lab. Project tied with 75-89 KA 7473-01. Will have the same contractor as group 26115 and may run concurrently. If selected for both contracts, firm should provide contingency plan for staffing both projects adequately.
U073-003 KA-7473-01 Resurfacing
Atchison
August 3, 2026 40 Horton KDOT’s inspector will run the lab. Project tied with 75-89 KA 7474-01. Will have the same contractor as group 26115 and may run concurrently. If selected for both contracts, firm should provide contingency plan for staffing both projects adequately.
26208 I135-059 KA-6754-01 Bridge Replacement
McPherson
August 31, 2026 205 Marion Prime is Bridges Inc.
26209 I135-059 KA-7869-01 PCCP Patching
McPherson
April 6, 2026 140 Marion 8.009 Miles of patching and grinding.
26210 K015-021 KA-6484-01 Bridge Replacement
Dickinson
April 20, 2026 195 Junction City The construction office is looking for full project inspection by the consulting firm. The consultant is expected to communicate frequently with the KDOT office and keep KDOT management in the loop. The consultant can expect KDOT to observe operations.
26211 K140-085 KA-7800-01 Resurfacing
Saline
June 22, 2026 85 Salina Project tied to 140-27 KA 7799-01. Please include your process for meeting project needs, from preconstruction conference to project finalization. KDOT may consider a combination of firms to meet the project needs.
K140-027 KA-7799-01 Resurfacing
Ellsworth
June 22, 2026 85 Salina Project tied to 140-85 KA 7880-01. Please include your process for meeting project needs, from preconstruction conference to project finalization. KDOT may consider a combination of firms to meet the project needs.
26212 -106 KA-7257-01 Signing
Multiple
June 1, 2026 100 Salina Please include your process for meeting project needs, from preconstruction conference to project finalization. KDOT may consider a combination of firms to meet the project needs.
26213 U081-072 KA-7266-01 Lighting
Ottawa
June 1, 2026 55 Salina Please include your process for meeting project needs, from preconstruction conference to project finalization. KDOT may consider a combination of firms to meet the project needs.
26214 I135-085 KA-7343-01 Lighting
Saline
June 15, 2026 130 Salina Please include your process for meeting project needs, from preconstruction conference to project finalization. KDOT may consider a combination of firms to meet the project needs.
26410 K007-006 KA-7751-01 Resurfacing
Bourbon
April 6, 2026 35 Garnett Tied with KA 7750-01. Prime contractor is Pearson.
K007-054 KA-7750-01 Resurfacing
Linn
April 6, 2026 35 Garnett Tied with KA 7751-01. Prime contractor is Pearson.
26411 K031-002 KA-7767-01 Resurfacing
Anderson
April 6, 2026 45 Garnett Tied with project KA 7766-01. Prime contractor is ESS.
K031-054 KA-7766-01 Resurfacing
Linn
April 6, 2026 45 Garnett Tied with project KA 7767-01. Prime contractor is ESS.
26412 U166-011 KA-7453-01 Resurfacing
Cherokee
April 6, 2026 75 Pittsburg Tied to project 166-50 KA 7461-01.
U166-050 KA-7461-01 Resurfacing
Labette
April 6, 2026 75 Pittsburg Tied to project 166-11 KA 7453-01.
26451 K068-061 KA-2373-04 CPM Technical Assistance
Miami
June 17, 2026 500 Garnett 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. Project is set to let in June ‘26. 6.836 miles of expressway construction, including bridges.
26551 U077-018 KA-4137-01 CPM Technical Assistance
Cowley
June 1, 2026 500 Winfield 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.

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 in this request can be viewed in an online table at https://www.ksdot.gov/home/showpublisheddocument/12582/639071707051530000. 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 construction inspection except as noted in the table. Watch the website linked above for updated information. Tabulated information (both in this Request for Proposals 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) March 25, 2026.
  2. Ranking of proposals is expected to occur on or around March 27, 2026. Negotiations with the most highly ranked firm are expected to begin on or around April 6, 2026. An executed agreement is anticipated shortly thereafter.
  3. 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

  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 (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.
  4. The proposal PDF file name must read:
    1. “ConstInsp Multiple Projects_2026.03 Release 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. All attachments are required for every firm involved in a multi-consultant team. Upload these files as instructed in Bid Express.
  6. 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 project 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.
  7. 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 indicate both interest and preferences on the “March 2026 Construction Inspections Interest & Preference Form that is 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.
    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, 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.
  8. Table 3 lists the evaluation criteria and associated weights which will be used to make a selection.
  9. 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 & Preference Fill out “March 2026 Construction 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”)

Attachments

The 15-PS0263-R1 CPM scheduling – Kansas Department of Transportation Special Provision to the Standard Specifications, 2015 Edition – 4 pages – will be uploaded to the Request for Proposals Bid Express page to view.

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 March 11, 2026; answers will be provided to all prequalified consultants on March 18, 2026.

Calvin Reed
Secretary
Kansas Department of Transportation

Doc. No. 053936