SLED Opportunity · KANSAS · CITY OF LAWRENCE

    Kaw Water Treatment Plant Pipe Gallery Replacement Engineering Services

    Issued by City of Lawrence
    cityRFPCity of LawrenceSol. 243699
    Closed
    STATUS
    Closed
    due Apr 15, 2026
    PUBLISHED
    Mar 12, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    City of Lawrence, KS seeks engineering services for Kaw Water Treatment Plant Pipe Gallery Replacement including evaluation, design, and construction phase support.

    Opportunity details

    Solicitation No.
    243699
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 12, 2026
    Due Date
    April 15, 2026
    NAICS Code
    541330AI guide
    Jurisdiction
    City of Lawrence
    State
    Kansas
    Agency
    City of Lawrence

    Description

    The City of Lawrence, Kansas is seeking proposals from qualified firms to provide engineering services associated with Project Number MS1-00022, Kaw Water Treatment Plant Pipe Gallery Replacement. The consultant will evaluate the existing conditions of the piping, wall penetrations, supports and surrounding concrete, make recommendations for replacement or rehabilitation, design construction documents, and provide bidding and construction phase services.

    Background

    The City is seeking a qualified Engineering Consultant for the evaluation of existing piping, structural supports, and concrete structures of the existing Kaw Water Treatment Plant. The specific areas of interest are the piping located below the basement level of the pump and pipe gallery, as well as the structural concrete within the pipe gallery room west of the maintenance breakroom. This work is associated with Capital Improvement Project Number MS1-00022, Kaw Pipe Gallery Replacement. Presently, the Capital Improvement Plan has allocated $1,000,000 in 2026 and $3,500,000 in 2027 to complete the design and construction of this project.

    The Kaw Water Treatment Plant was originally constructed in 1903, with numerous upgrades following.    The areas of concern are part of the 1954 upgrades. Two lower levels below the Kaw WTP Pump and Pipe Gallery basement level contain pipe, valves, fittings and other appurtenances sized from 10” – 24” cast iron pipe on the suction and discharge side before the distribution pumps for both West Hills and Central Service. Lead and asbestos testing completed for these areas in May 2025 is available for download as an attachment to this solicitation. Scope of work for this project requires evaluation and recommendations for replacement or rehabilitation for this pipe, valves, fittings, support structures, flow meters and other appurtenances. Structural evaluation of concrete and repair alternatives for several areas within the Kaw WTP, including but not limited to the two lower levels below the Kaw WTP pump and pipe gallery basement level as well as the pipe gallery room west of the maintenance breakroom.

    Respondents are to review the attachments available as part of this solicitation for historical project plans and inspections. Interested vendors are encouraged to attend the on-site pre-proposal meeting to review conditions and ask questions of relevant parties. Questions and answers from the meeting will be posted as an addenda.

    Project Details

    • Reference ID: RFP-2600020
    • Department: MSO - CMED
    • Department Head: Melinda Harger (Assistant Director)

    Important Dates

    • Questions Due: 2026-03-30T22:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-25T15:00:00.000Z — In person at Kaw Water Treatment Plant Conference Room (720 W 3rd St / Lawrence, KS 66044) OR Microsoft Teams meeting Join Online: https://teams.microsoft.com/meet/29997416610514?p=bHJl8SeKBhaatix6e4 Meeting ID: 299 974 166 105 14 Passcode: 4Di7YU3a Join by Phone: +1 323-451-1087,,121705253# Phone conference ID: 121 705 253#

    Addenda

    • Addendum #1 (released 2026-03-27T14:54:19.847Z) —

      Addendum 1 consists of the preproposal agenda, attendance, and Q&A. 

    Evaluation Criteria

    • Project Knowledge and Approach (Up to Three Pages) (25 pts)

      Responding firms shall demonstrate a knowledge and understanding of the design and rehabilitation of water treatment plant piping, appurtenances and structural concrete. The project approach should emphasize re-use of existing facilities, limiting impacts to neighboring properties, operator safety, regulatory compliance, and lifecycle/asset management.  

    • Project Risk Assessment (Up to Two Pages) (25 pts)

      The firms shall identify and assess controllable and non-controllable risks as well as describe their planned action steps for minimizing these risks to achieve a successful outcome. Controllable risks may be thought of as technical risks that firms are able to minimize based upon their technical experience and past experience. Non-controllable risks are outside of the control of the firm and may include, but are not limited to, risks caused by the City, the City’s agents/partners/firms/representatives, third party stakeholders and authorities having jurisdiction (AHJs), concealed conditions, environmental conditions, market conditions, water distribution system demand, contractor experience, and/or other unforeseen events that may impact the project.

      Firms are required to utilize their expertise to (a) identify the step-by-step action steps they will take to prevent each risk from impacting the project, (b) define the potential impacts to the project if the risk does occur, and (c) recommend a response plan if the risk does occur. Risk analysis is intended to be incorporated into a larger discussion of project knowledge and approach.

    • Project Qualifications and Experience (Up to Three Pages) (25 pts)

      Firms responding to this Request for Proposals shall demonstrate past experience in the evaluation and rehabilitation/replacement of large distribution piping, lead and asbestos abatement, structural concrete rehabilitation/replacement and the development of construction documents for said improvements.

      Included shall be a summary of each such project designed and/or managed by Key Project Staff as identified within the following section and within the previous five (5) years. Each summary shall describe unique contributions by the firm represented to the project that facilitated time efficiency, cost savings, team building, and partnering.

      Each project description shall contain at a minimum the following information:

      • Project and Owner’s Name
      • Owner’s Contact Person
      • Project Description
      • Telephone Numbers for the Above Contacts
      • Consultant Project Manager
      • Engineering Fee
      • Construction Cost
      • Schedule and Completion History
      • Litigation History
    • Key Project Staff and Experience (Up to Three Pages): (10 pts)

      The firms shall provide the name, resume and an organizational chart of key project staff that would be part of this project. The resume for each shall describe the individual’s previous experience in the design and construction of large plant process or distribution piping rehabilitation/replacement, lead and asbestos abatement and structural concrete repair/rehabilitation.

      The firms shall also describe their current project commitments and the availability of their staff. The description must explain how this project and its schedule will fit into that of the firm and if any conflicts for staff or equipment are foreseen.

    Submission Requirements

    • Technical Proposal (required)

      Provide the requested Project Knowledge and Approach (up to 3 pages), Project Risk Assessment (up to 2 pages), Project Qualifications and Experience (up to 3 pages), and Key Project Staff and Experience (up to 3 pages) as described in the Evaluation of Submittals of this Request for Proposals as a single upload. DO NOT INCLUDE COST INFORMATION. 

    • Cost Proposal (required)

      Upload your cost proposal here.

      The cost proposal must be submitted separately. Failing to separate cost from the rest of the proposal documents could result in the submittal not being considered.

    • Purchase Order Point of Contact

      If awarded a contract and purchase orders are to be directed to an address other than the address listed in your Vendor Profile, indicate mailing address and telephone number below. 

    • Bidder Certification (required)

      Bidder submits this proposal in accordance with the terms, conditions, and requirements stated herein. The Bidder hereby certifies it does not have any substantial conflict of interest sufficient to influence the bidding process on this proposal. A conflict of substantial interest is one which a reasonable person would think would compromise the open competitive bid process.

      Bidder or any person associated with the Bidder in the capacity of owner, partner, director, office, principal, manager, auditor, manager or any position involving the administration of federal, state or local funds:

      1. Are not currently suspended, debarred, voluntarily excluded or disqualified from bidding by any federal, state or local agency;

      2. Have not been suspended, debarred, voluntarily excluded or disqualified from bidding by any federal, state or local agency within the past three years;

      3. Do not have a proposed debarment pending;

      4. Within the past three years have not been convicted or had a criminal or civil judgement rendered against them by a court of competent jurisdiction in any matter involving fraud, anti-trust violations, theft, official misconduct, or other offenses indicating a lack of business integrity or business honesty; and

      5. Are not currently indicted or otherwise criminally or civilly charged by federal, state or local government with fraud, anti-trust violations, theft, official misconduct, or other offenses indicating 

      6. a lack of business integrity or business honesty; and

      7. Have not had one or more federal, state or local government contracts terminated for cause or default within the past three years.

      A detailed response for any item in which the vendor has a positive answer must be included in “Exceptions to the Bid, if any” and may be marked confidential.

      Bidder certifies the above information is true and correct to the best of their knowledge. They also certify they hold authority to contract with the City of Lawrence Kansas.

    • Foreign Qualifications (required)

      Is your business registered to do business in the State of Kansas? This process allows companies formed in other states to legally transact business in the State of Kansas. 

      If you are not currently registered, please see https://sos.ks.gov/forms/business_services/FA.pdf for more information.   

      The Business Entity ID is NOT the same as a TIN, FEIN or SSN.

    • Kansas Business Entity No. (required)

      Enter your Kansas Business Entity Number here.

    • W-9 (required)

      Upload a current copy of your W-9 here.

    • Contract Term (required)

      Was the length of the initial contract term? State number of years both in numerical and written or 'until completion' 

    • Pre-Bid Meeting (required)

      Will there be a Pre-Bid Meeting?

    • Cost Proposal (required)

      Do you want to use OpenGov's Electronic Pricing Table or have the vendors upload a Cost Proposal sheet?

    • Goods and Services (required)

      What are you purchasing?

    Questions & Answers

    Q (Indemnification Clause Discrepancy Between RFP and City's Sample Engineering Services Agreement (Attachment D)): There is a discrepancy between the indemnification clause in the RFP and City’s Sample Engineering Services Agreement (Attachment D) mainly regarding the “duty to defend” clause. The RFP states “INDEMNIFICATION Contractor agrees to defend, indemnify, and otherwise hold harmless the City, its commissioners, officers, employees, and agents from claims, actions, damages, costs, liabilities, settlements, judgments, expenses, or lawsuits, including reasonable attorneys’ fees, but only to the extent that such are caused by Contractor’s negligent or intentional conduct while performing under this Agreement. (For the purposes of this Section, Contractor means Contractor or any person acting in behalf of Contractor or for whom Contractor is responsible.” The City’s Sample Engineering Services Agreement (Attachment D) states “INDEMNITY 1. Indemnify and Hold Harmless: For purposes of this Agreement, the Consultant hereby agrees to indemnify and hold harmless the City and its employees and officials from any and all loss to the extent caused or incurred in whole or in part as a result of the negligence or wrongful acts of the Consultant, its officers, subsidiaries, employees and subconsultants/assignees and their respective officers and employees, in the performance of services pursuant to this Agreement. In the case of any claims against the City or its employees and officials indemnified under this Agreement, by an employee of the Consultant, its officers, subsidiaries, or subconsultant/assignees, the indemnification obligation contained in this Agreement shall be limited to those losses caused by the negligence of the Consultant but shall not be limited by any limitation on amount or type of damages, compensation or benefits payable by or for the Consultant, its officers, subsidiaries, or subconsultant/assignees, under workers’ compensation acts, disability benefit acts, or other employee benefit acts, as allowed by law. The Consultant’s obligation hereunder shall not include amounts attributable to the fault or negligence of the City or any third party for whom the Consultant is not responsible." Please confirm the indemnification clause in the City’s Sample Engineering Services Agreement (Attachment D) will govern.

    A: The City confirms that, upon award, the indemnification provisions contained in the executed Engineering Services Agreement will govern. In the event of any inconsistency between the RFP and the final, executed Engineering Services Agreement, the terms of the executed Agreement shall control.


    Q (Insurance Requirements Discrepancy Between RFP and City's Sample Engineering Services Agreement (Attachment D)): There are some discrepancies between the insurance requirements listed in the RFP and the City’s Sample Engineering Services Agreement (Attachment D), including: 1. Professional Liability Insurance. There are no professional liability insurance requirements listed in the RFP, but there are such requirements listed in the City’s Sample Engineering Services Agreement (Attachment D). 2. Commercial Liability Insurance, General Aggregate. The RFP indicates a combined single limit of $1,000,000 is required, but the City’s Sample Engineering Services Agreement (Attachment D) only requires $500,000. 3. Insurance Ratings. There are differences between the RFP and City’s Sample Engineering Services Agreement (Attachment D) for the policyholder rating and the class of financial rating. Please confirm the insurance requirements listed in the City’s Sample Engineering Services Agreement (Attachment D) will govern.

    A: The City confirms that, upon award, the insurance provisions contained in the final, executed Engineering Services Agreement will govern. In the event of any inconsistency between the RFP and the executed Agreement, the terms and requirements of the executed Engineering Services Agreement shall control.


    Q (Cost Proposal Submission Requirements): Please confirm what is needed to be submitted for the “Cost Proposal” portion of the Bid Submission. Please confirm that all that is needed to be submitted for the “Cost Proposal” is a current list of billing rates.

    A: The Cost Proposal is the standard hourly rates for the firms proposed team plus any other staff that will be utilized during the design and construction inspection process. If partnering, those rates should also be listed.


    Q (No subject): Is a cover letter required? If included, will it count toward the page limit of any section?

    A: A cover letter is not required. If a cover letter is included it will not count the page limit of any section, but no information from the cover letter will add to the score of any section.


    Key dates

    1. March 12, 2026Published
    2. April 15, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.