Contractor's System Project Question and Answer Forum

BULLETIN BOARD                                                                                                                                                                                                                      
____________________________________________________________________________________________________________________________________________________
UPDATED BIDDER'S LIST

The Bidder's List was updated based on an Interim Final Rule issued by USDOT on 10/3/2025 to remove the requirement to report race and gender:  BIDDER’S LIST

You may need to clear the cache in the web browser, if the new version is not downloading.
______________________________________________________________________________________________________________________________________________________
Manufactured Products Waiver Notification
Beginning with the November 13, 2025 letting, the manufactured products waiver within 23 CFR 635.410 will be rescinded. Effectively, this means that the final manufacture of all materials defined as manufactured products in Section MT 601 of the MDT Materials Manual must meet domestic origin requirements. The Department is in the process of updating contract documents. Please contact Randy Boysen at rboysen@mt.gov with questions or concerns.
____________________________________________________________________________________________________________________________________________________

2nd Tier Subcontractors
For contractors that intend to use 2nd tier subcontractors in an effort to meet an SBE/DBE goal, please ensure that the specific dollar amount for the work they will be performing is indicated in the Bidders List.  If you have any questions about 2nd tier subcontractors on projects with DBE/SBE goals or how to enter that information in the bid file or on the bidders list, please email 
mdtsbeprogram@mt.gov

________________________________________________________________________________________________________________________________________________________________________________

Watch - Public Bid Opening - Live Stream: ZOOM MEETING INFORMATION

_______________________________________________________________________________________________________________________________________________________________________________________________________________________________

Advertised Projects: If you would like to receive the Invitation for Bids PDF document when projects are advertised, please send an email request to mdtcps@mt.gov. Follow the link for more information: EMAIL DISTRIBUTION
_______________________________________________________________________________________________________________________________________________________________________________________________________________________________

101 - LOOKOUT PASS-EAST - January 15, 2026

Notifications

No Notices available for this project.


Amendments

No Amendments available for this project.


Clarifications

-1-
Submitted: Friday 07-NOV-2025 01:18 PM
The project number for Lookout Pass - East is SSS-NHFP-IM-NHPB 90-1(251)0. This is reflected correctly on the Advertised Proposal and bid file. The Advertised Plans have the project number SSS-NHFP-IM 90-1(251)0. The project number will be updated to SSS-NHFP-IM-NHPB 90-1(251)0 on the Awarded Plans.

-2-
Submitted: Friday 14-NOV-2025 01:40 PM
The MDT Nondiscrimination and Disability Accommodation Notice has been updated. The linked notice is hereby incorporated into this contract:
MDT NONDISCRIMINATION AND DISABILITY ACCOMMODATION NOTICE

-3-
Submitted: Wednesday 19-NOV-2025 02:30 PM
The following special provision is hereby added to the contract: CLASS PAVE CONCRETE

-4-
Submitted: Monday 01-DEC-2025 09:57 AM
Special Provision #40 Crushed Aggregate Course – Special is hereby replaced with the following special provision: LINK

-5-
Submitted: Monday 05-JAN-2026 03:01 PM
The January 2026 edition of the Standard Specifications for Road and Bridge Construction is hereby incorporated as the reference specifications for this contract. The Standard Specifications referenced and linked on page 9 of the advertised proposal is hereby replaced with the following link: JANUARY 2026 EDITION
Special Provision #9 Contract Documents has been updated and is hereby incorporated into this contract: CONTRACT DOCUMENTS
Special Provision #11 Labor Requirements is hereby rescinded and replaced with the following special provision, Labor and Civil Rights Requirements: LABOR AND CIVIL RIGHTS REQUIREMENTS


Questions

-1-
Submitted: Friday 14-NOV-2025 03:24 PM
Company: Riverside Contracting, Inc.
Contact: George Shick
Can MDT post the design files for the project
Answer
Submitted: Monday 24-NOV-2025 08:49 AM
The design files for the requested project are posted here: DESIGN FILES
The requested files do not represent the staked project, but are only design files.  The Department cannot guarantee the accuracy of the electronic data, particularly as it may be called up by your computer, nor does any data in these files supersede the data in the contract documents.
In addition, the Department will not make any revisions to the electronic files pertaining to the staked project, change ordered work, or changes that are made during construction to fit field conditions.

-2-
Submitted: Monday 17-NOV-2025 07:03 PM
Company: Insituform Technologies, LLC
Contact: Brad Conder
On plan Sheet No. RD-56, a pipe dissipator detail is provided. Note 4 states to install dissipator rings for culvert liners at Stations 139+15, 180+54, and 428+71. However, plan Sheet No. RD-55 shows CIPP liners being installed at Stations 180+54 and 428+71. Are you intending that the 48" CIPP liner be installed first, and that the 44" steel pipe with dissipator rings then be installed through the finished CIPP liner? How do you propose that this work could be completed without damaging the newly installed CIPP liners? Please provide further clarification.
Answer
Submitted: Friday 21-NOV-2025 10:31 AM
The contractor has the option to install steel pipe with internal dissipation rings or to use a CIPP method with appropriate internal dissipation rings that must be installed accordingly to CIPP manufacturer recommendations and standards. Only one rehabilitation method may be used at each crossing location, a CIPP liner should not be installed in addition to a steel liner.

-3-
Submitted: Monday 17-NOV-2025 06:31 PM
Company: Insituform Technologies, LLC
Contact: Brad Conder
Can you provide clarification on the Cured-In-Place Pipe (CIPP) bid quantities? In the file "9487001ADV_PLANS”, Sheet No. RD-55 on PDF pg. 55, CIPP lining is described at Stations 180+54 and 428+71 (total 534 LF of 48"). However, in the file "“9487001ADV_PROPOSAL”, the bid Schedule of Items does not include any CIPP bid items.
Furthermore, in the file "“9487001ADV_PROPOSAL”, Cured-In-Place Pipe (CIPP) Drainage Structures, Article 42.E.2.c (PDF pg. 39) states to remove the existing baffle before installing the CIPP liner in the 108" pipe at Station 267+82, which contradicts Sheet No. RD-55 which calls out a new steel pipe being inserted not CIPP lining. In the next paragraph, Article 42.E.2.d (PDF pg. 39) it states to install internal energy dissipation rings at Stations 139+15, 180+54 and 428+71 as part of CIPP lining. Again, this contradicts Sheet No. RD-55 for the pipe at Station 139+15 which calls out a new steel pipe being inserted.
If we go by the culvert lining detail on Sheet No. RD-55, we’re only CIPP lining at Stations 180+54 and 428+71. If we go by the CIPP lining specification in “9487001ADV_PROPOSAL”, PDF pg. 39, we should be CIPP lining at Stations 139+15, 180+54, 267+82 and 428+71. If we go by the bid schedule, there’s no CIPP lining at all.
Answer
Submitted: Tuesday 09-DEC-2025 01:50 PM
The proposed culvert rehabilitation provides two options for bidding.  These options are shown on revised plan sheet RD-55.  Only one option should be included in the contractor’s bid, for the respective bid item.

The following bid items are hereby added to the contract:
104 030 100 – MISCELLANEOUS ITEMS A-LS – 1.0 LS
104 030 101 – MISCELLANEOUS ITEMS B-LS – 1.0 LS
104 030 102 – MISCELLANEOUS ITEMS C-LS – 1.0 LS
104 030 103 – MISCELLANEOUS ITEMS D-LS – 1.0 LS

The following bid items are hereby deleted from the contract:
104 030 065 – MISCELLANEOUS ITEMS A – LNFT – 1,062.0 LNFT
603 016 054 – STEEL CASING 48 IN – 178.0 LNFT

The following plan sheets have been revised for further clarification.
Plan Sheet RD-18 has been revised: RD-18
Plan Sheet RD-55 has been revised: RD-55

The following special provisions have been revised and hereby replace the ones found in the contract.
Special Provision 42. Cured-In-Place Pipe (CIPP) Drainage Structures has been revised: SP 42
Special Provision 43. Concrete Invert Lining has been revised: SP 43
Special Provision 44. Slip Lining Culverts has been revised: SP 44

An amendment will be issued, updated bid files will be posted.

Update:
Submitted: Friday 09-JAN-2026 11:38 AM
Special Provision 42. Cured-In-Place Pipe (CIPP) Drainage Structures has been updated:
SP 42
Plan Sheet RD-18 has been updated: RD-18

-4-
Submitted: Monday 17-NOV-2025 06:49 PM
Company: Insituform Technologies, LLC
Contact: Brad Conder
In the bid Schedule of Items, Prop Line No. 0420, Item Number 603016054, Steel Casing 48", a bid quantity of 178 LF is provided. In the bid document "9487001ADV_PROPOSAL", in Article 41.A (PDF pg. 29), a table is provided that gives a bid quantity of 178 LF of 48" at Station 139+15, which seems to correspond to the bid item referenced above. However, on plan Sheet No. RD-55, the culvert lining detail gives a quantity of 166 LF of 48" at Station 139+15. Please clarify.
Answer
Submitted: Tuesday 09-DEC-2025 02:06 PM
Please refer to the response to question #3.

-5-
Submitted: Friday 21-NOV-2025 03:09 PM
Company: Insituform Technologies, LLC
Contact: Brad Conder
We previously asked a question about internal dissipation rings and CIPP. The response provided was that the "appropriate internal dissipation rings must be installed according to CIPP manufacturer recommendations and standards". When a steel pipe liner is used, the detail on plan Sheet No. RD-55 shows the dissipation rings being welded to the steel pipe. By contrast, no detail is provided how to install and secure the internal dissipation rings when CIPP is used, since dissipation rings cannot be welded to the CIPP liner. There are also no CIPP manufacturer recommendations and standards for this work. Please provide additional details on how this work is supposed to be completed so all contractors can provide pricing on equal grounds.
Answer
Submitted: Tuesday 02-DEC-2025 02:05 PM
Plan sheet RD-56 has been updated to show the section for both CIPP and the steel liner as the dissipator rings are needed for both options: SHEET RD-56
Work with CIPP manufacturers to price this work based on the spacing and dimensions shown in the plans and the updated detail.

-6-
Submitted: Wednesday 10-DEC-2025 03:15 PM
Company: Acme Concrete Paving, Inc
Contact: Kevin Schneider
Please clarify the intent of the "Concrete Barrier Rail" note on Plan Sheet RD-2. Specifically, does the term "reused" refer to use in temporary configurations only, or is the intent to incorporate existing Standard Concrete Barrier into the permanent configuration and therefore reduce the quantity required under the "Concrete Barrier Rail" bid item? Additionally, in either scenario, there is no pay method identified for sorting, loading, hauling, or other handling of existing barrier for reuse. Should this work be assumed to be paid under Force Account, or will MDT designate a bid item?
Answer
Submitted: Tuesday 16-DEC-2025 03:30 PM
Existing barrier should only be reused in a temporary configuration. Please refer to the Temporary Guardrail summary frame on RD-16. The effort associated with this work shall be included in the unit bid price for 618 190 110 RESET TEMP BARRIER RAIL.

-7-
Submitted: Wednesday 10-DEC-2025 03:21 PM
Company: Acme Concrete Paving, Inc
Contact: Kevin Schneider
Please clarify the intent of Special Provision #60 – Temporary Barrier Rail. Sections B and C imply that the existing centerline two-loop barrier may be reused as Temporary Barrier Rail for the Phase 1 and 2 construction traffic control configurations. Section D.1 states that this work will be measured and paid by the foot as Temporary Barrier Rail. However, the Contract does not include a bid item for Temporary Barrier Rail. The only related item is "Reset Temporary Barrier Rail," with a quantity of 36,000 LF, which is only sufficient to account for two full project-length resets of the existing 18,000 LF of barrier. Given the construction phasing, it appears that three project-length barrier installations will be required (Phase 1, Winter configuration, Phase 2). Please review and clarify. We suggest either adding a dedicated bid item for Temporary Barrier Rail with a quantity of 18,000 LF to align with the work described in SP #60 – or add 18,000 LF to the "Reset Temporary Barrier Rail" item and clarify the measurement and payment method.
Answer
Submitted: Tuesday 23-DEC-2025 11:22 AM
18,000 LNFT of Bid Item #618 190 110  RESET TEMP BARRIER RAIL is hereby added to the contract for a total quantity of 54,000 LNFT to account for phasing during winter configuration.  Plan Sheet RD-16 has been revised: RD-16
An amendment will be issued, updated bid files will be posted.

-8-
Submitted: Wednesday 10-DEC-2025 03:19 PM
Company: Acme Concrete Paving, Inc
Contact: Kevin Schneider
Please clarify the work included under the "Crossover-Median Barrier Rail" bid item. Special Provision #5 lists removal of median barrier, temporary paving, temporary impact attenuators, signing/striping, and surfacing/stripe maintenance as included in this item. Several of these activities are already covered under separate bid items (e.g., Temporary Impact Attenuators, Traffic Control–Crossover). In addition, SP #5 and SP #56 both appear to describe overlapping work for their respective items. Please clarify which work elements are intended to be paid under each item so bidders can price the work accurately.
Answer
Submitted: Friday 19-DEC-2025 11:03 AM
Special Provision #5 Temporary Closed Median Crossover is hereby replaced with the following special provision: LINK

The following items are to be paid for separately and not included in unit price bid for CROSSOVER-MEDIAN BARRIER RAIL or TRAFFIC CONTROL-CROSSOVER bid items:

  • Remove Concrete Barrier Rail (See Concrete Barrier Rail Summary Frame)
  • Reset Concrete Barrier Rail (See Concrete Barrier Rail Summary Frame)
  • Temporary Impact Attenuator (See Temporary Guardrail Summary Frame)
The following items are included in CROSSOVER-MEDIAN BARRIER RAIL as stated in the updated SP #5.
  • Temporary paving
  • Maintenance of surfacing, drainage, concrete barrier rail, attenuators, and erosion control.
The following items are included in TRAFFIC CONTROL-CROSSOVER as stated in SP #56:
  • Setup and removal of signing, striping and traffic control devices
  • Maintenance of striping, signing, and traffic control devices.

-9-
Submitted: Wednesday 10-DEC-2025 03:22 PM
Company: Acme Concrete Paving, Inc
Contact: Kevin Schneider
Plan Sheet RD-68 includes a note directing the Contractor to backfill the temporary median between Phase 1 and Phase 2 with pavement millings during the winter shutdown, and states that this work will be paid under "Traffic Gravel." However, there is no bid item for Traffic Gravel included in the Contract. Please clarify how this work is to be paid, and provide an appropriate bid item and quantity.
Answer
Submitted: Tuesday 16-DEC-2025 03:46 PM
Bid Item 301 020 268  TRAFFIC GRAVEL is hereby added to the contract with a quantity of 1,090 CUYD as shown on sheet RD-14.  An amendment will be issued, updated bid files will be posted.

-10-
Submitted: Wednesday 10-DEC-2025 03:18 PM
Company: Acme Concrete Paving, Inc
Contact: Kevin Schneider
Please provide a specification and applicable detail(s) for the "Ramp Crossover" bid item. Our assumption is that this item covers the temporary ramp crossover work at RP 0.0 in the general locations shown on Plan Sheet RD-67; however, the Contract currently does not contain enough information to accurately price this work. Are temporary attenuators required for these openings? Additionally, Sheet RD-67 includes labels for "RP 0.2 Closed Median Ramp Crossover," but this does not appear to relate to any existing or temporary feature. Please clarify the intent of these labels.
Answer
Submitted: Friday 19-DEC-2025 03:23 PM
As shown in the Traffic Control Summary Frame on RD-13 and the detail on RD-67, the RAMP CROSSOVER bid item refers to the WB and EB ramps at the Lookout Pass Interchange. The detail on Sheet RD-67 provides a concept showing work zones to maintain full ramp access during construction. The contractor will need to determine the signing, striping, and traffic control devices to accommodate this work.  Alternative options for ramp construction work and maintenance of traffic can be submitted for consideration after project award.  Special Provision RAMP CROSSOVER is hereby added to the contract: LINK

-11-
Submitted: Wednesday 10-DEC-2025 03:18 PM
Company: Acme Concrete Paving, Inc
Contact: Kevin Schneider
Special Provision #3 states that the eastbound direction will be constructed in Phase 1. Please confirm whether this sequencing is mandatory, or if the successful bidder may choose which direction to construct in the first season, provided all other contract requirements are met.
Answer
Submitted: Tuesday 16-DEC-2025 03:44 PM
Eastbound construction was chosen for Phase 1 to provide newly constructed outfalls for the storm drain system and culvert replacements after the first construction season. The contractor can present alternative traffic control and sequence of operations for consideration after project award.

-12-
Submitted: Wednesday 10-DEC-2025 03:17 PM
Company: Acme Concrete Paving, Inc
Contact: Kevin Schneider
All Concrete Barrier Rail in this Contract is located on shoulders and appears to require anchoring in accordance with Standard Drawing 605-05, Type 1 Anchor, Option 2 (asphalt substrate). Should all new Concrete Barrier Rail be cast with four pinning holes (two on each side), or are only two pinning holes required on the traffic-side face, given that anchoring is only performed on the traffic side under the referenced standard?
Answer
Submitted: Wednesday 24-DEC-2025 11:43 AM
All concrete barrier rail on the shoulders should be cast with four pinning holes (two on each side).  Anchoring in these locations will only be required on the traffic side per 605-00 and 605-05.  Plan Sheet RD-60 has been updated and Plan Sheet RD-60A is hereby added to the contract to show requirements for anchoring median concrete barrier on PCCP, as shown in the concrete barrier rail-anchored frame on plan sheet RD-17.  This anchoring detail supersedes detail drawing 605-05 for concrete pavement only.
Plan Sheet RD-60 can be viewed in the response to Question #13.
Plan Sheet RD-60A can be viewed here: RD-60A

Update
Submitted: Friday 09-JAN-2026 01:29 PM
Plan Sheet RD-60A has been updated: RD-60A

 

-13-
Submitted: Wednesday 10-DEC-2025 03:16 PM
Company: Acme Concrete Paving, Inc
Contact: Kevin Schneider
Plan Sheet RD-60 shows project-specific modifications to MDT Standard Barrier details, including elimination of scuppers at the bottom of both Standard and Tall barrier types. The adjacent Taft-West project included scuppers in its final barrier design. Does MDT intend for this Contract to incorporate the same scupper detail for consistency across the corridor? If so, please issue a revised project-specific detail.
Answer
Submitted: Monday 22-DEC-2025 07:34 AM
The detail on sheet RD-60 is hereby updated to incorporate scuppers into both standard and tall barrier types: LINK
Scuppers are to be blocked after barrier manufacturing using a method approved by the project manager. Blocking the scuppers will be handled in accordance with 109.04.

Update:
Submitted: Wednesday 24-DEC-2025 11:26 AM
Sheet RD-60 has been updated to include an additional detail: UPDATED RD-60
Update:
Submitted: Friday 09-JAN-2026 01:35 PM
Sheet RD-60 has been updated: RD-60

-14-
Submitted: Wednesday 10-DEC-2025 03:16 PM
Company: Acme Concrete Paving, Inc
Contact: Kevin Schneider
Please confirm that the Tall Concrete Barrier Rail is not required to be anchored.
Answer
Submitted: Tuesday 16-DEC-2025 03:32 PM
Tall Concrete Barrier Rail is not required to be anchored.

-15-
Submitted: Thursday 18-DEC-2025 10:39 AM
Company: Riverside Contracting, Inc.
Contact: Cale Fisher
With regards to the four pipe rehab culverts, are there any clearing and grubbing restrictions to either access the inlets/outlets or to provide enough work area to perform the specified rehab options? What, if any, additional permitting may be required to either access the inlets/outlets or provide a clear working area at these locations? A note was added under the Culvert summary on the amended sheet RD-18, "See Special Provisions for work that may take place outside of Right of Way". To which special provision is this note referring as it is not clear in any of the special provisions nor is it clearly stated in the amended special provisions provided in the MDT response to question 3.
Answer
Submitted: Tuesday 23-DEC-2025 09:47 AM
The contractor should not impact the aquatic resources identified in the plans and adhere to Section 208.03.1 – Water Pollution Control and Section 208.03.2 - Aquatic Resources of the MDT Standard Specifications. Clearing and grubbing activities should be governed by the Migratory Bird Treaty Act vegetation requirements identified in the Environmental Specifications special provisions.
The contractor will need to coordinate with landowners and obtain written approval for any work, property disturbance, or access outside MDT right-of-way per MDT Standard Specifications.

-16-
Submitted: Thursday 18-DEC-2025 02:16 PM
Company: The Lighting Agency North
Contact: Frank Dugas
In the special provisions item 50 ...HIGH EFFICACY LUMINAIRE LED [617] (ADDED 4-03-25) ..B14 calls out "Furnish LEDs rated to produce a minimum of 90% intensity at 100,000 hours of life based on IES TM-21 (L90). " After an extensive search, we believe there are no commercially available roadway luminaires on the US market that meet L90 @100,000. The best we have been able to locate is L70 @ 100,000. Please advise the name of the manufacturer you are basing the L90 @ 100,000 specification on.
Answer
Submitted: Monday 05-JAN-2026 09:37 AM
LEDs rated to produce a minimum of 90% intensity at 100,000 hours of life will not be required.  Please provide a minimum of L70 @ 100,000 hours for this project.

-17-
Submitted: Thursday 18-DEC-2025 03:47 PM
Company: Riverside Contracting, Inc.
Contact: Cale Fisher
Will MDT allow the contractor to use the MDT area at the Taft Interchange for staging and stockpiling?
Answer
Submitted: Monday 22-DEC-2025 02:47 PM
The area within MDT R/W on the south side of the Taft Interchange is available for staging and stockpiling. R/W plans for this area can be found at the following link: Taft Interchange R/W
Two-way traffic must be provided for Old Hwy 10 to the west of the interchange, and Randolph Creek/Rainy Creek roads to the east of the interchange. A traffic/pedestrian control plan will need to be submitted for approval for this area along with staging and plant area blueprint to be occupied.

Access to all MDT maintenance facilities must be provided at all times. The area inside the red lines in the following link: Taft Sand Shed, is to be free of any contractor equipment or supplies for the duration of the project. The entire site, if occupied, will be brought back to original condition or better at the end of the project prior to final acceptance being granted by the project manager. A land use agreement covering these stipulations will be signed and agreed upon between the contractor and Missoula District Maintenance chief prior to any occupation of the property.

Property outside MDT R/W as shown on the exhibit is USFS ownership. Contact information for the Lolo National Forest Service is Bruce Paulsen: 
bruce.paulsen@usda.gov (406) 210-1843.

-18-
Submitted: Friday 19-DEC-2025 03:42 PM
Company: Corridor Contractors
Contact: Joe Chidiac
The installation of the 24" embankment protector and 30" CSP will require tree removal on the slopes for the pipe to be installed. Are the trees to be removed and disposed offsite? Can access to the embankment runs come from the low end of the pipe "outlet"? What bid item is tree removal paid under?
Answer
Submitted: Monday 22-DEC-2025 02:51 PM
Per note #8 on Sheet RD-46 and RD-47, payment for the pipe caps (where specified) and for excavation and grading, tree, brush, vegetation, rock and debris removal as required to facilitate construction along slopes, as well as for proper disposal of all debris and materials, is included in the unit bid cost for the 24” embankment protector and 30” CSP.
Access to the embankment runs will be determined by the contractor. The contractor will need to coordinate with landowners and obtain written approval for any work, property disturbance, or access outside MDT right-of-way per MDT Standard Specifications
.

-19-
Submitted: Monday 29-DEC-2025 07:55 AM
Company: HighMark Traffic Services
Contact: Brad Meyer
Please confirm the quantities for Temporary Striping are accurate.
Answer
Submitted: Friday 09-JAN-2026 10:02 AM
The quantity for Bid Item #620 012 955  TEMPORARY STRIPING is hereby revised to 8,900 LNFT.
Plan Sheet RD-13 has been revised: RD-13
An amendment will be issued, updated bid files will be posted.

-20-
Submitted: Wednesday 31-DEC-2025 08:38 AM
Company: PEC
Contact: Estimator
There appears to be a conflict between SP 55 sub surface temperature probe material quantity and Note 3 on plan page EL-6. Note 3 mentions one probe #942, however, two sub surface temperature probes are listed in SP 55 material quantities. Please clarify.
In SP 55 two new cameras are listed on the new towers. Is the existing camera located on the overpass bridge to be removed per SP 53?
Also, is the existing RWIS RPU, tower, sensors, and foundation to be removed as part of SP 53? Please clarify.
Regarding SP 54, the existing surface sensors appear to be at stations appx. 121 and 136. Is it the intention to place two new RWIS RPU's, towers, foundations, and RWIS equipment listed in SP 55 adjacent to the existing sensor locations? If so, what is the plan to provide utility power to station 136? Is there cell coverage at station 136? Please clarify.
Answer
Submitted: Tuesday 06-JAN-2026 01:20 PM
Special Provisions # 54 and # 55 are hereby removed from the contract and replaced with the following special provisions: REMOTE WEATHER MONITORING SYSTEM & WEATHER MONITORING SYSTEM SENSOR REQ
Plan Sheet EL-06 has been revised: EL-06
Bid item 699 010 025 – ROAD WEATHER INFORMATION SYSTEM – 1.0 LS is hereby removed from the contract.
Bid item 617 000 110 – REVISE WEATHER MONITORING SYSTEM – 1.0 LS is hereby added to the contract.
An amendment will be issued, updated bid files will be posted.

-21-
Submitted: Friday 02-JAN-2026 01:02 PM
Company: Bridger Precast LLC
Contact: Timothy Anderson
Regarding the updated RD-60A and RD-60 drawings:
Question 1: Pinning Hole Details
            1a.) Note #2 on RD-60A specifies a 2" ID Steel Pipe for the pinning hole, but the end view on the same page and the RD-60 UPDATED detail show a 1 1/4" diameter slotted adjustment hole. Please clarify the correct hole diameter.
            1b.) Is the "Slotted Adjustment" referring only to the threaded rod?
            1c.) Do you require a clean hole, or should the steel pipe remain in place?
Question 2: RD-60A Attachment Clip Detail
            2a.) Please confirm the Attachment Clip is a 3" x 3" angle. What thickness is required?
            2b.) The detail shows four circles per side. Are four angles required per side, or only two?
            2c.) The hole in the angle is shown as 1 1/8". Should this receive a 1" threaded rod, washer, lock washer, and nut, along with the same epoxy specified on sheet RD-60 UPDATED?
Question 3: Scuppers/Forklift Pockets
For the barriers that are required to be filled in, can they be cast without any scuppers (forklift pockets)?
Answer
Submitted: Friday 09-JAN-2026 01:28 PM
Plan Sheets RD-60A and RD-60 have been revised and can be viewed in the responses to Questions #12 and #13, respectively.
Question 1a): Updated detail shows 1-1/4” diameter pinning hole and removed 2” reference.
Question 1b):“Slotted Adjustment” is referring to the pinning hole as shown in revised detail.
Question 1c): Rod should not remain in place. The hole should be clean.
Question 2a): Angle clips are not required. Both traffic and non-traffic side should be anchored with 1” X 30” galvanized steel pin as shown in the detail.
Question 2b): Two anchors are required per side as shown in revised detail.
Question 2c): Use 1” X 30” galvanized steel pin and 2.5” OD washer as shown in revised detail.
Question 3: No, barriers must be cast with scuppers and filled in.  This allows them to be knocked out and used as forklift pockets if necessary.

-22-
Submitted: Monday 05-JAN-2026 11:39 AM
Company: Insituform Technologies, LLC
Contact: Brad Conder
Sheet RD-55 calls out for a CIPP liner thickness of 2 inches. Will MDOT allow for submittal and approval of a different CIPP liner thickness, with provided calculations meeting the design information and requirements of Special Provision 42?
Answer
Submitted: Friday 09-JAN-2026 10:21 AM
Yes, in accordance with the Special Provisions, the Contractor is responsible for calculating the required CIPP liner thickness for all culverts and can submit a different liner thickness with supporting structural calculations that meet the design requirements for the project and manufacturer specifications. In addition, structural calculations of each culvert CIPP liner as identified in the design drawings and using the parameters stated in the Special Provisions shall be stamped by a Professional Engineer in the State of Montana.

-23-
Submitted: Monday 05-JAN-2026 11:33 AM
Company: Insituform Technologies, LLC
Contact: Brad Conder
The revised plan Sheet RD-55 calls out CIPP lining only at Stations 180+54 and 428+71 (Miscellaneous Items B & D). A new SCP or a new 44" steel pipe liner are called out to rehabilitate the pipe at Station 139+15 (Miscellaneous Item A). However, Table 2 in the updated Special Provision 42 shows CIPP lining at all three locations. These are in conflict, so will you please verify.
Answer
Submitted: Friday 09-JAN-2026 11:40 AM
Miscellaneous Item A has been removed from Special Provision 42. The allowable options for this culvert located at Sta. 139+15 are a new SCP and a new steel pipe as shown in the plans. Special Provision 42 is hereby updated and can be viewed in the updated response to Question #3.

-24-
Submitted: Tuesday 06-JAN-2026 10:34 AM
Company: True North Steel
Contact: Amanda McCulloch
Can it be clarified on the pipe coating requirement for station 128+80 (48" CSP)? Listed in the note section it references 709.40 but no pipe station has an "*" indicating this requirement. If a coating is required would 12ga T2 (709.12) or Poly Coated (709.05) be acceptable?
Answer
Submitted: Friday 09-JAN-2026 11:46 AM
Pipe coating is required at Sta. 128+80 (48” CSP) and should be Type II aluminized coating per 709.12 utilizing a thickness of 0.109 inches.  Plan Sheet RD-18 is hereby updated and can be viewed in the updated response to Question #3.

-25-
Submitted: Tuesday 06-JAN-2026 02:02 PM
Company: Riverside Contracting, Inc.
Contact: Cale Fisher
Special Provision 45 states to provide drain aggregate per subsection 701.10. This subsection specifies aggregate that is rounded to sub-rounded. Can the drain aggregate be fractured?
Answer
Submitted: Friday 09-JAN-2026 10:22 AM
No, please bid per the requirements of 701.10 Drain Aggregate as stated in Special Provision #45.

-26-
Submitted: Friday 09-JAN-2026 12:07 PM
Company: Montana Lines, Inc.
Contact: Bidding
Note #6 on the revised plan sheet EL-06 directs the installation of cabling in existing conduit between the RPU and existing camera pole. Please identify the type of cabling to install under this Note #6 and clarify its Measurement and Payment. Please provide the size and type of the existing conduit to utilize under this Note #6. Please provide as-builts for this existing conduit or otherwise clarify the routing of this conduit between the RPU and existing camera pole.

-27-
Submitted: Friday 09-JAN-2026 11:52 AM
Company: Montana Lines, Inc.
Contact: Bidding
SP #53 directs the remove & salvage of services, pull boxes, cabinets, and conductors as called for on the plans. There are no notes or callouts for existing items to be removed on the sole electrical plan sheet, Sheet EL-06. Please clearly identify each existing electrical item to be removed, and which of those are to be salvaged to Missoula, or somehow otherwise provide direction as to what to include in the cost of this work. If none, please consider eliminating the R&S Misc. Elec. bid item Additionally, are there existing RWIS or luminaire poles/fixtures/foundations to be removed under this bid item, or does the work pertain to only the 4ea items specifically listed in SP #53.A. Description?

102 - CHOTEAU - SOUTH - January 15, 2026

Notifications

No Notices available for this project.


Amendments

No Amendments available for this project.


Clarifications

No Clarifications available for this project.


Questions

-1-
Submitted: Thursday 18-DEC-2025 04:53 PM
Company: Riverside Contracting, Inc.
Contact: George Shick
Can MDT post the design files, dirt runs, and any additional geotechnical information?
Answer
Submitted: Monday 29-DEC-2025 10:34 AM
The design files for the requested project are posted here: Design files

The requested files do not represent the staked project but are only design files. The Department cannot guarantee the accuracy of the electronic data, particularly as it may be called up by your computer, nor does any data in these files supersede the data in the contract documents. In addition, the Department will not make any revisions to the electronic files pertaining to the staked project, change ordered work, or changes that are made during construction to fit field conditions

The dirt runs are provided for informational purposes only and represents plan quantities. The Contractor remains responsible for selecting the best means and methods to complete the project within project guidelines. DIRT RUN

Linked are PDF Files of the available project alignment and/or structures geotechnical report(s), geotechnical report supplements, and geotechnical laboratory summaries. There is remaining geotechnical information that is voluminous and very difficult to compile in a concise manner. Contractors are welcome to come to MDT Headquarters to inspect rock samples taken for the project that are stored here or to look through the complete set of Geotechnical field investigation notes, laboratory testing, analytical, or other data in our project files. It should be noted that the project may have undergone significant changes during the design process after the original geotechnical report and supplements were issued. Thus, some of the information contained in these documents may be out of date or not applicable with regard to the advertised project. Some of the changes include but are not limited to: Project splits (for funding, ROW issues, etc.) alignment and grade changes; and changes due to environmental factors (sensitive areas, etc.). The documents can be found at the following link: GEOTECH

-2-
Submitted: Monday 22-DEC-2025 09:35 AM
Company: Riverside Contracting, Inc.
Contact: George Shick
Can MDT clarify which material classification and spec the Special Borrow will be required to meet?
Answer
Submitted: Monday 22-DEC-2025 10:46 AM
The following special provision are hereby added to the contract: SPECIAL BORROW

-3-
Submitted: Monday 22-DEC-2025 10:11 AM
Company: True North Steel
Contact: Amanda McCulloch
Will 14ga Aluminized Type 2 or Poly Coated CSP be allowed for the main line culverts? In special provisions #31, CSP is listed in the proposed structures but is not listed in the culvert schedule in the plans.
Answer
Submitted: Monday 22-DEC-2025 01:48 PM
Due to the corrosivity of the soils throughout the length of this project neither 14ga Aluminized Type 2 nor Poly Coated CSP will be allowed for mainline culverts.
The only allowable materials for mainline culverts are concrete and aluminum.

-4-
Submitted: Monday 22-DEC-2025 01:33 PM
Company: Montana Fence
Contact: Jacob Wutke
Per the summary the number of singles seams to be quite high for amount of footage specified. Are some of these right away breaks? and if so could we know the quantity of those listed as either corners or doubles to have right amounts of materials on hand?
Answer
Submitted: Tuesday 23-DEC-2025 11:07 AM
Fencing plans are part of the contract and are available in the advertised bid package. There are 60 R/W breaks on this project, please review the plans to estimate materials needed.

-5-
Submitted: Tuesday 23-DEC-2025 02:46 PM
Company: Riverside Contracting, Inc
Contact: Estimating
Can the department please explain Special Provision No. 14 "STAKE-LESS CONSTRUCTION"?
Answer
Submitted: Monday 29-DEC-2025 09:13 AM
With current technologies and use of 3D models, the volume of stakes previously placed is unnecessary.  For this project, minimal wood stakes will be placed on the project.

-6-
Submitted: Tuesday 30-DEC-2025 03:01 PM
Company: Battle Ridge Builders
Contact: Cody Ham
WIth an award date of January 25, there is not enough time between there and March 15 to engineer and permit a 180ft detour even if it was started the day of the award with standard wait times. Even if that was accomplished that still leaves less than 140 days to install a large detour, build a multispan bridge, then remove the detour and rehab the wetlands before Oct. 1 per the permits. This is significantly more aggressive than other MDT contracts, will MDT extend this contract into a second season or extend the contract time?
Answer
Submitted: Monday 05-JAN-2026 07:42 AM
20 working days will be added to the contract. Contract time is adjusted to 180 working days.
This allows flexibility for scheduling work in accordance with special provision #30 and #64.

Special provision 2 CONTRACT TIME is hereby replaced with special provision: CONTRACT TIME

 

-7-
Submitted: Wednesday 31-DEC-2025 08:45 AM
Company: Hamilton Construction Co.
Contact: Wendell Snook
Are pipe piles requied to be filled with concrete? If so, at what depth below cut off elevation is concrete to be placed?
Answer
Submitted: Friday 03-JAN-2026 01:12 PM
Fill the steel pipe piles with Concrete Class Structure. Allow a minimum of one day before placing the pile cap concrete. Adhere to the guidelines outlined in section 559.03.7 of the current MDT Standard Specifications.

Update
Submitted: Tuesday 06-JAN-2026 10:04 AM
Fill the steel pipe piles with Concrete Class Structure. Allow a minimum of one day before placing the pile cap concrete. Adhere to the requirements outlined in section 559.03.7 of the current MDT Standard Specifications.

-8-
Submitted: Monday 05-JAN-2026 02:45 PM
Company: Schellinger Construction Co., Inc.
Contact: Grant Roberts
It appears there is no bid item for the 84 linear feet of 36 inch RCP at station 325+00, please verify.
Answer
Submitted: Wednesday 07-JAN-2026 09:44 AM
Bid Item 603 012 660 - RCP 36 IN, quantity of 84.0 LNFT is hereby added to the contract
Updated Plan Sheet 18 can be found here: UPDATED PLAN SHEET 18
An amendment will be issued, updated bid files will be posted.

-9-
Submitted: Wednesday 07-JAN-2026 12:38 PM
Company: Montana Fence
Contact: Jacob Wutke
For The bid Item- 607100008 in the remarks on a few of the station numbers we are to use a wood rail stock pass (DWG. NO. 607 - 17) - wood rail- but per the plans it shows the Continuous fence style- These are two different styles of fence with one bid Item- Would you like them lumped together as one item. Or would you like us to bid one of the two styles?
Answer
Submitted: Wednesdau 07-JAN-2025 02:53 PM
Bid Item 607 100 008 – FENCE-SPECIAL DESIGN – quantity of 705.0 LNFT is deleted.

The following Bid Items will be added by amendment:
Bid Item 607 100 005 – FENCE-SPECIAL DESIGN A – quantity of 445.0 LNFT
Bid Item 607 100 007 – FENCE-SPECIAL DESIGN B – quantity of 260.0 LNFT

An amendment will be issued, updated bid files will be posted.

-10-
Submitted: Friday 09-JAN-2026 12:26 PM
Company: Mountain West Holding Company
Contact: Chris Connors
Special provision 49 has a requirement for the cable rail supplier to review all staking of the cable rail layout in advance of construction to assure it meets the intent of the contract, manufacturer recommendations, and existing field conditions. The supplier does not offer this service. Please advise on how to proceed. What are the reflectorization requirements for the cable rail and cable terminals?

-11-
Submitted: Friday 09-JAN-2026 12:13 PM
Company: Mountain West Holding Company
Contact: Chris Connors
Special provision 49 requires a Briefen cable rail system. Question 1: The plans give stationing that equates to the length of cable rail shown in the summary. The special provisions indicate that the total length installed is the length shown plus the length of the cable terminals. Please verify the installation length shown in the summary is only the cable rail and that the terminal lengths are in addition to the length shown. The stations are not inclusive of the terminals Question 2: The requested Briefen cable rail has only been tested and approved at a minimum length of 600ft. The MDT will need to confirm that the shorter lengths are approved for installation and waive the requirement of certification to meet MASH 2016. Question 3: The Briefen system MASH 2016 is tested for 6H:1V vs the 4H:1V. The 4:1 is only available for a NCHRP system. Grading will need to be revised accordingly, revised requirements for cable rail system, or waiver of slope requirements for the system requested. Question 4: The special provision requires maintenance/repairs by the contractor within 24 hours. Will the contractor be permitted to use the materials on hand as part of the parts package supplied to the MDT? There is no option to obtain repair materials in that short of a time frame as the contractor does not stock the materials and there is no project provision that compensates the contractor to purchase in advance such repair materials.

-12-
Submitted: Friday 09-JAN-2026 02:57 PM
Company: Mountain West Holding Company
Contact: Chris Connors
The project includes bid items for Reset Temporary Impact Attenuator, Temporary Impact Attenuator, Temporary Barrier, and Reset Temporary Barrier. Can you please identify where this work is shown to be performed in the contract plans?

-13-
Submitted: Friday 09-JAN-2026 03:57 PM
Company: Riverside Contracting, Inc.
Contact: George Shick
For the 24" HDPE would DR17 be acceptable in lieu of DR 21 for procurement reasons?

103 - WYOMING LINE - NORTH - January 15, 2026

Notifications

No Notices available for this project.


Amendments

No Amendments available for this project.


Clarifications

-1-
Submitted: Thursday 18-DEC-2025 03:30 PM
MANDATORY PRE-BID CONFERENCE – Special Provision #5
A pre-bid conference will be held at the following time and location:
Monday, January 05, 2026 at 10:00 AM

Montana Department of Transportation
Billings District Conference Room
424 Morey St.
Billings, MT 59101
406-252-4138

Join Zoom Meeting
https://mt-gov.zoom.us/j/4065401202?pwd=d1VJWW9vZXpyVWVTTVdQVDlkWklVdz09
Meeting ID: 406 540 1202
Passcode: 5401202
Dial by Telephone
+1 646 558 8656
Meeting ID: 406 540 1202
Passcode: 5401202
Find your local number: https://mt-gov.zoom.us/u/aec1u5BJ9V

Join by SIP
mdtcnfvmr202@mt.gov
Join by H.323 (Polycom)
162.255.37.11##4065401202#5401202
Join by Skype for Business
https://mt-gov.zoom.us/skype/4065401202


Questions

-1-
Submitted: Friday 09-JAN-2026 03:47 PM
Company: Riverside Contracting
Contact: Clint H
Special Provision 19 states the weather monitoring system sensor is located at approximately RP 321.2. Is this the correct location or can MDT provide additional information on the location or a site map of this weather monitoring system?

104 - VAIL CREEK - 2M N JORDAN - January 15, 2026

Notifications

No Notices available for this project.


Amendments

No Amendments available for this project.


Clarifications

No Clarifications available for this project.


Questions

-1-
Submitted: Tuesday 30-DEC-2025 09:19 PM
Company: Montana Fence Co.
Contact: Eric Wutke
Question 1. On the fencing summary it calls out for F5M (5 strands on t-posts.). On the proposal it is calling out F5w. As all of the singles and doubles are metal, can we assume the department wants F5M? Is so please change the bid item in the proposal to match the style in the fencing summary. Question 2. It appears that the state is calling out for two single panels at every right of way break. The department does not have a design for wooden right of way break boards mounted to two single metal panels. There is also not a bid item for this as it is not the same as two singles panels. On past jobs in the area this has been changed to a double panel offset one side or the other of the right of way break monument. Would the department make a modification to the single and double fm quantities on the proposal to reflect this change?
Answer
Submitted: Monday 05-JAN-2026 01:12 PM
Question 1: Bid item Farm Fence – Type F5W (607100259) is hereby rescinded and replaced with Farm Fence – Type F5M (607100281) with a quantity of 1,295 LNFT, as shown in the plans. An amendment will be issued, updated bid files will be posted. 
Question 2: . Install steel double panels at R/W breaks offsetting the center post one foot to either side so that the property monument will not be disturbed. There are approximately 14 R/W breaks on this project.

-2-
Submitted: Monday 05-JAN-2026 07:08 AM
Company: TCA Group, Inc.
Contact: Tyler Kerns
The Special Provisions state the Notice to Proceed will be issued with an effective date of April 15, 2026, and the contract time is 100 working days. Please confirm whether the 100 working days begin on the April 15, 2026 NTP date, or if MDT anticipates allowing construction to begin at a later date with contract time beginning at that time.
Answer
Submitted: Tuesday 06-JAN-2026 09:35 AM
Work is to begin, and time charges start on the date stipulated in the Notice to Proceed per the Standard Specifications for Road and Bridge Construction.

-3-
Submitted: Monday 05-JAN-2026 11:32 AM
Company: Montana Fence
Contact: Jacob Wutke
Could we get a count on the number of right away breaks on this project. If it is on metal braces could we stretch the fence style across the panel as there is no spec for hanging wood on metal panels.
Answer
Submitted: Tuesday 06-JAN-2026 09:35 AM
Please refer to Q&A #1.

-4-
Submitted: Wednesday 07-JAN-2026 08:46 AM
Company: Century Companies INC.
Contact: Shane Nelson
Will MDT allow an earlier start on the project than the April 15th NTP?
Answer
Submitted: Wednesday 07-JAN-2026 10:46 AM
The Notice to Proceed will be updated to a Flex NTP of April 15, 2026. Special provision #2, Contract Time is rescinded and replaced with the linked special, Contract Time - Flex Time Proceed Date: FLEX NTP

-5-
Submitted: Wednesday 07-JAN-2026 08:48 AM
Company: Century Companies INC.
Contact: Shane Nelson
In the grading detail on sheet No. 7 there is 518 cy of "topsoil Replacement" included in the Embankment in Place bid item. There is also a separate bid item for "topsoil salvaging and placing" which has a total of 518 cy. Therefore It seems the topsoil related work is covered in two different bid items. Is this accurate?
Answer
Submitted: Thursday 08-JAN-2026 01:13 PM
Yes, the inclusion of topsoil in both bid items is accurate.  The Topsoil replacement quantity as measured in the topsoil stockpiles is measured for payment as Embankment in Place.  Excavation of topsoil from its original position, loading, hauling, stockpiling, and removal from the stockpile is paid as Topsoil – Salvaging and Placement.

105 - SIDEWALKS PHASE II - WHITEHALL - January 15, 2026

Notifications

No Notices available for this project.


Amendments

No Amendments available for this project.


Clarifications

No Clarifications available for this project.


Questions

-1-
Submitted: Monday 22-DEC-2025 04:51 PM
Company: Knife River
Contact: Estimating
Can MDT please post the design files?
Answer
Submitted: Monday 29-DEC-2026 10:22
The design files for the requested project are posted here: DESIGN FILES
The requested files do not represent the staked project, but are only design files. The Department cannot guarantee the accuracy of the electronic data, particularly as it may be called up by your computer, nor does any data in these files supersede the data in the contract documents. In addition, the Department will not make any revisions to the electronic files pertaining to the staked project, change ordered work, or changes that are made during construction to fit field conditions.

-2-
Submitted: Tuesday 06-JAN-2026 01:45 PM
Company: Mountain Edge Builders LLC
Contact: Kyle Altman
Are you going to accept re using the soil generated from the dig or do you have a specific spec for the top soil?
Answer
Submitted: Thursday 08-JAN-2026 01:36 PM
Furnish topsoil in accordance with MDT standard specifications 610 and 713.05. Topsoil from proposed sources may be used only after sample tests show the material is acceptable.

-3-
Submitted: Friday 09-JAN-2026 11:16 AM
Company: Jeffery Contracting
Contact: Kieley Cassidy
The NTP is listed as January 13, 2026 which is two days before bids are opened for this project. Due to availability of oil for paving we would like to request a change in the NTP for sometime after April 15, 2026.
Answer
Submitted: Friday 09-JAN-2026 03:37 PM
The Notice to Proceed date is hereby changed to April 20th, 2026. Special Provision #2, Contract Time is rescinded and replaced with the following special provision: UPDATED CONTRACT TIME

106 - SF 179 CURVES S OF ROSCOE - January 15, 2026

Notifications

No Notices available for this project.


Amendments

No Amendments available for this project.


Clarifications

No Clarifications available for this project.


Questions

No Questions available for this project.

101 - FORT BENTON - WEST - February 05, 2026

Notifications

No Notices available for this project.


Amendments

No Amendments available for this project.


Clarifications

No Clarifications available for this project.


Questions

No Questions available for this project.

102 - PERMA - E&W - February 05, 2026

Notifications

No Notices available for this project.


Amendments

No Amendments available for this project.


Clarifications

No Clarifications available for this project.


Questions

No Questions available for this project.

103 - SF 169 LINCOLN APPLEGATE INTX - February 05, 2026

Notifications

No Notices available for this project.


Amendments

No Amendments available for this project.


Clarifications

No Clarifications available for this project.


Questions

-1-
Submitted: Friday 09-JAN-2026 08:20 AM
Company: The Lighting Agency North
Contact: Frank Dugas
In the special provisions Section 1 item 35 ...HIGH EFFICACY LUMINAIRE LED [617] (ADDED 4-03-25) ..B14 calls out "Furnish LEDs rated to produce a minimum of 90% intensity at 100,000 hours of life based on IES TM-21 (L90). " After an extensive search, we believe there are no commercially available roadway luminaires on the US market that meet L90 @100,000. The best we have been able to locate is L70 @ 100,000. Please advise the name of the manufacturer you are basing the L90 @ 100,000 specification on.
Answer
Submitted: Friday 09-JAN-2026 11:46 AM
Special Provision #35 is hereby removed from the contract and replaced with the following special provision: UPDATED HIGH EFFICACY LUMINAIRE LED

302 - KAGY BLVD - S 19TH TO WILLSON - April 15, 2026

Notifications

-1-
Submitted: Wednesday 01-OCT-2025 10:00 AM
The Montana Department of Transportation (MDT) is soliciting design and construction services for the Design-Build project identified below. Contractor and consultant teams (Firms) are encouraged to submit a Statement of Qualifications (SOQ) response electronically by
11:00 a.m., local time on October 29, 2025.

Project Name: KAGY BLVD – S 19TH TO WILLSON
Project No: STPU-SSS 1212(8)
Control No: 8931000

This project is located within the City of Bozeman on Kagy Boulevard from S. 19th Avenue to S. Willson Avenue. The scope of work for this project includes widening and reconstruction of Kagy Boulevard from S. 19th Avenue to S. Willson Avenue with intersection improvements. This includes two travel lanes in each direction, new curb and gutter, boulevard, multi-use path on both sides of the roadway, lighting, landscaping, storm drain, pedestrian crossing facilities via grade separation and/or at-grade solutions and raised median/turn lanes. Intersection improvements include two multi-lane roundabouts: one at the S. 11th Avenue intersection and another at the S. 7th Avenue intersection and signal improvements and protected intersection components at the S. Willson Avenue intersection.

The project RFQ and attachments can be found at the following link: RFQ and ATTACHMENTS
 

-2-
Submitted: Tuesday 07-OCT-2025 07:27 AM
The draft Preliminary Plans, referred to on page 3 of the Request for Qualifications, can be found here: 8931-Kagy-Prelminary-Plans.  The Preliminary Plans that will be provided with the RFP transmittal may differ from the draft Plans provided in the link.

-3-
Submitted: Wednesday 19-NOV-2025 02:02 PM
Short-listed Firms (in alphabetical order)

  • CK May Excavating, Inc. and DJ&A
  • Riverside Contracting, Inc. and KLJ
  • Sundt Construction Inc., Knife River-Belgrade, Jacobs and WGM Group

Amendments

No Amendments available for this project.


Clarifications

-1-
Submitted: Friday 19-DEC-2025 08:45 AM
Revise section IV. E.4. of the RFP to state:
Utilize a WB-50 control vehicle for the design of the project.  For the Roundabout utilize a WB-67 control vehicle allowing deviation from lanes on the approach and through the roundabouts without requiring backing, stopping to turn, and maintain at least a one-foot inside clearance from exterior face of curb or edge of pavement.  Phase 1 documents indicate that a pair of WB-50’s are using the roundabout at the same time making a through/left movement and a right turn movement.  One of the WB-50’s may be substituted with a passenger car the remaining WB-50 is not allowed to deviate from the lane within the circulating roadway a one foot inside clearance from the exterior face of curb or edge of pavement or edge of lane if modeled on the inside lane is required on the remaining WB-50.  Alternatively, a Bus-40 (motorcoach) and passenger car may be substituted for the WB-50 for the roundabout design vehicle, the bus and car are to be modeled side by side in the two-lane section of the roundabouts.  Provide a one foot inside clearance from the exterior face of curb or lane line, no clearance is required on the interior side of the vehicle.  Provide turning movements and fastest path analysis of the roundabouts if geometry is changed from the phase 1 documents.  Utilize a Bozeman fire engine for the control vehicle for southbound movement only at the Kagy Boulevard and S. Wilson Avenue Intersection. 

-2-
Submitted: Friday 19-DEC-2025 08:47 AM
The City of Bozeman requires contractors to guarantee all work related to public infrastructure improvements, including utilities, for a period of two years from the date of acceptance by the City. For city owned utilities, the date of will be the Conditional Final Acceptance. The Warranty shall remain in full force for the two-year period following the acceptance date. Prior to acceptance of utilities, the contractor shall post a maintenance bond with the City equal to 20% of the actual cost of the utility improvements to correct any deficiencies in workmanship which are found within the warranty period. The City reserves the right to draft the maintenance bond for repairs not completed by the contractor within the agreed upon calendar days of being advised that repairs are required.

-3-
Submitted: Friday 19-DEC-2025 08:49 AM
Normal Traffic Flow is defined as: Two lanes, all movements free flowing and unimpeded by traffic control measures.

-4-
Submitted: Friday 19-DEC-2025 08:51 AM

  1. Finalize project storm drain design with Storm and Sanitary Analysis (SSA), StormCAD, or a storm drain modeling software capable of routing.  Use NRCS as the accepted Hydrology method.
  2. Finalization of the storm drain is anticipated to change the number of inlets needed, inlet types, locations, orientations, pipe sizes, pipe slopes, underground piping network, infiltration/detention chamber locations, and outfalls.  A formal ATC is not required for these refinements.
  3. Infiltration/detention chambers relocations that impact ROW will require an ATC.
  4. Storm drain inlets should incorporate 9” or greater sumps for sediment control and maintenance.

-5-
Submitted: Friday 19-DEC-2025 08:54 AM
MSU closures were modified from those stated in the RFQ to the RFP. As stated in the RFP, MSU will deny requests for major events at the MSU Football Stadium during the full Kagy Boulevard closure in only 2027. Use of Bobcat Stadium for standard MSU operations will continue throughout construction.

-6-
Submitted: Tuesday 23-DEC-2025 01:54 PM
Pursuant to an interim final rule issued by the US Department of Transportation (see 90 Fed. Reg. 47969 (Oct. 3, 2025)), the previously published required SBE participation of 10.3% for this project is removed and revised to a SBE aspirational goal of 10.3%.


Questions

-1-
Submitted: Thursday 16-OCT-2025 05:56 AM
Company: Sundt Construction
Contact: Ben Becker
The RFQ states: Firms must attach a notarized statement from an admitted surety insurer authorized to issue bonds in the State of Montana that states: a. Firm's current bonding capacity is sufficient for the project and referenced payment and performance bonds; and b. Firm's current available bonding capacity. Is this required to be included in the SOQ or is this only to be included in the RFP? This isn't mentioned in the SOQ submittal requirements and want to confirm it should be included and if so that it won't count as a page in the page count.
Answer
Submitted: Tuesday 21-OCT-2025 07:15 AM
The RFP Section VIII applies only to the short-listed Design-Build firms. The bonding requirements listed in VIII.E.  will be included as a proposal submittal requirement.

-2-
Submitted: Thursday 16-OCT-2025 05:51 AM
Company: Sundt Construction
Contact: Ben Becker
Based on the recent DBE developments and guidance, will those requirements be removed from the RFP? If so, will it switch to just SBE requirements?
Answer
Submitted: Tuesday 21-OCT-2025 07:03 AM
Pursuant to an interim final rule issued by the US Department of Transportation (see 90 Fed. Reg. 47969 (Oct. 3, 2025), the previously published DBE aspirational goal of 10.3% for this project is removed and revised to a DBE aspirational goal of 0%. The requirement of 10.3% SBE participation will remain as outlined in the RFQ.

-3-
Submitted: Thursday 16-OCT-2025 05:49 AM
Company: Sundt Construction
Contact: Ben Becker
For the requirement to provide Proof of Professional Liability Insurance, is it acceptable to have that provided by the just the Prime Firm (Contractor) or is it also needed from the Lead Design Firm on the team.
Answer
Submitted: Monday 20-OCT-2025 07:05 AM
Proof of Professional Liability Insurance for the Lead Design Firm is required.

-4-
Submitted: Wednesday 26-NOV-2025 04:11 PM
Company: Jacobs
Contact: Andrew Ledbetter
At what time on 12/2/2025 are questions to be discussed in the Pre-Proposal Meeting due to MDT?
Answer
Submitted: Monday 01-DEC-2025 12:25 PM
Submit questions to MDT for the pre-proposal meeting no later than 1:00 PM MST on 12/2/25.

-5-
Submitted: Tuesday 02-DEC-2025 12:11 PM
Company: Jacobs Engineering
Contact: Andrew Ledbetter
Can an ATC be introduced for the first time at the second ATC meeting?
Answer
Submitted: Wednesday 03-DEC-2025 01:58 PM
Yes, an ATC may be introduced for the first time at the second ATC meeting.

-6-
Submitted: Tuesday 02-DEC-2025 12:33 PM
Company: Jacobs Engineering
Contact: Andrew Ledbetter
Who is responsible for the cost of MSU utility relocations caused by the project?
Answer
Submitted: 08-DEC-2025 08:28 PM
MSU Utilities relocation payment will be the responsibility of MSU. Design, coordination, and relocation of MSU utilities will be the responsibility of the Firm.
Efforts associated with design and relocation of MSU utilities should not be included in the lump sum bid price and will be invoiced to MDT separately.

-7-
Submitted: Tuesday 02-DEC-2025 12:46 PM
Company: Jacobs Engineering
Contact: Andrew Ledbetter
Can strip map / roll plots be used for the Preliminary Plans section of the Technical Proposal? If allowed, how are they quantified with regards to the overall sheet count?
Answer
Submitted: Wednesday 03-DEC-2025 02:00 PM
No strip map / roll plots will be allowed for the Preliminary Plans section. Provide page sizing as outlined in the RFP.

-8-
Submitted: Wednesday 03-DEC-2025 01:37 PM
Company: CK May
Contact: Josh McKenzie
1. The retaining walls are currently shown as Cast-in Place Concrete Cantilever walls. Would we need to submit an ATC to change walls or are they only conceptual and we do not need an ATC to propose a different wall type.

2. Referring to the Preliminary Plans provided, SOW Report, RW plans, and Section IV.A.3.d.i (ATCs) of RFP, are there certain typical section elements that are “set in stone” and not subject to the ATC process since they are tied to the very constrained RW? (e.g. path widths, boulevard width, lane width, and median widths)

3. Can the DB teams coordinate directly with the utility companies (both private and public)?
Answer
Submitted: Monday 08-DEC-2025 08:30 AM
1. Wall sections were agreed upon between MDT and City of Bozeman. Any deviations must be submitted as an ATC for approval.
2. Elements defined in the Typical Sections were agreed upon between MDT and City of Bozeman. Any deviations must be submitted as an ATC for approval
3. Yes, coordination with utility companies is allowable.

-9-
Submitted: Wednesday 03-DEC-2025 01:39 PM
Company: CK May
Contact: Josh McKenzie
1. Since preliminary plans have already been prepared, can you expand on the expectations of MDT in regard to Section VI.B.c.i (pg 45 of RFP)? Is it to advance the particular sections of the AGR plans listed below to 50%?
    • Plan and profile sheets?
    • Roundabout grading?
    • Path, tunnels, and landscaping?
2. Has SOW Report been approved, and therefore the proposed design variances, etc. that were presented in the draft SOW Report be considered approved as well?
    • If “yes”, can a signed copy of the SOW Report be provided?
    • If “no”, should we assume the SOW Report information is accurate to proceed with for our Technical proposal?
    • Note, in the “Major Design Features” subsection “L” of the SOW Report, the discussion on PHB appears outdated based on information in RFP.
Answer
Submitted: Monday 08-DEC-2025 08:25 AM
1. Plans shall be developed to a level which demonstrates the Firm’s understanding of and approach to of the project and supports development of the lump sum bid price.
2. The SOW Report is complete and is currently in final review. The SOW Approval Memo will be posted to the Q&A when final signatures have been received. The SOW information provided in Attachment P is for information only as indicated in Attachment Q.
Any deviations in requirements from the Phase 1 documents dictated in the RFP shall be adhered to.

-10-
Submitted: Wednesday 03-DEC-2025 01:40 PM
Company: CK May
Contact: Josh McKenzie
1. Please describe the A/V capabilities and physical capacity of the ATC meeting room.

2. Please provide, if applicable, the limit to the number of attendees each team can bring to the ATC meetings.
Answer
Submitted: Monday 08-DEC-2025 08:38 PM
1. MDT commission room will have availability to display content via screen share.
2. The Firms may bring who is needed to appropriately address the ATC’s presented, the room capacity after MDT staff is 20 people.

-11-
Submitted: Friday 05-DEC-2025 07:54 AM
Company: Jacobs Engineering
Contact: Andrew Ledbetter
Follow up on the Preliminary Plan Sheets. With 11x17 being specified in RFP and clarified in the Q/A response. Is there a maximum/minimum scale that should be followed? Would these scales follow standard MDT criteria based on sheet type?
Answer
Submitted: Tuesday 09-DEC-2025 08:43 AM
Follow standard MDT scales for the sheet type.

-12-
Submitted: Tuesday 09-DEC-2025 10:17 AM
Company: Jacobs Engineering
Contact: Andrew Ledbetter
Section VI.B of the RFP states that 55 total pages are allowed with the Technical Proposal. In the sheet breakdown "twenty" is spelled out but (22) is also stated. Please clarify if up to (20) or (22) 11x17 sheets are allowed in the total 55 sheet page limit.
Answer
Submitted: Tuesday 09-DEC-2025 11:50 AM
Twenty-two (22), 11x17 sheets are allowed in the Preliminary Plans sub-section.

-13-
Submitted: Wednesday 10-DEC-2025 03:34 PM
Company: Jacobs Engineering
Contact: Andrew Ledbetter
In reviewing the design files that were included with the Phase 1 Bridging Documents, it appears the following files are missing:
RDALNZ01.dwg -We have the XML files to get these alignments but the DWG was not provided
RDALNZ02.dwg - We have the XML files to get these alignments but the DWG was not provided
RDETRZ01.dwg - Existing Terrain Surface
RDCRRZ99.dwg - Combined Proposed Surface
RDUMAZ01.dwg - Storm Drain Pipe Network
RDUMAZ02.dwg - Sanitary Sewer Pipe Network
Answer
Submitted: Thursday 18-DEC-2025 07:44 AM
The requested design files are here:
DESIGN FILES

-14-
Submitted: Wednesday 10-DEC-2025 03:45 PM
Company: Jacobs Engineering
Contact: Andrew Ledbetter
It appears the landscaping base file RDLAZ01.dwg was not provided. Can this be posted to the Q/A forum?
Answer
Submitted: Thursday 18-DEC-2025 07:57 AM
The requested file is here:
RDLAZ01

-15-
Submitted: Tuesday 30-DEC-2025 12:59 PM
Company: Sundt
Contact: Ben Becker
Related to clarification number 4, what is MDT's expectation for showing the proposed storm drain design with the technical proposal. If storm drain plan and profile sheets are desired, can an additional 11 sheets be added to the proposal?
Answer
Submitted: Wednesday 07-JAN-2026 09:29 AM
MDT expects a conceptual based storm drain design for the technical proposal, which may include a rough layout of inlet locations and profiles.
ATC’s are not required for storm drain changes.
MDT will add 5 pages to the proposal.

-16-
Submitted: Tuesday 30-DEC-2025 01:00 PM
Company: Sundt
Contact: Ben Becker
Please clarify whether NOAA Atlas 14 or Appendix 9B of the MDT Hydraulics Manual shall be used to finalize the stormwater design. Phase 1 stormwater documents use Appendix 9B. If NOAA Atlas 14 is to be used, please confirm that the rainfall data from Bozeman MSU Station (24-1044) is the appropriate location.
Answer
Submitted: Tuesday 30-DEC-2025 02:06 PM
Use NOAA Atlas 14.  Pick rainfall data related to the center of project limits.

-17-
Submitted: Tuesday 30-DEC-2025 01:06 PM
Company: Sundt
Contact: Ben Becker
Related to Clarification Number 4, we request that the 2nd ATC meeting as well as the technical and price proposal dates be delayed to better allow the Teams to be able to fully develop drainage ATCs and a design based on the new requirements.
Answer
Submitted: Wednesday 07-JAN-2026 09:30 AM
All dates provided in the Schedule of Events in the RFP will remain.

-18-
Submitted: Tuesday 30-DEC-2025 01:17 PM
Company: Sundt
Contact: Ben Becker
Due to not having received the groundwater monitoring well readings, we request that the 2nd ATC meeting as well as the technical and price proposal dates be delayed. Per RFP Section IV.F.1.d, "Design and construct a low maintenance groundwater removal/mitigation system that keeps the pedestrian underpasses free of water at all times. Submit the groundwater removal/mitigation system as an ATC for approval." We will need sufficient time after receiving the data to develop a responsive ATC.
Answer
Submitted: Wednesday 07-JAN-2026 09:31 AM
Groundwater data from 2024 provided in Phase 1 documentation should be used for preliminary design along with engineering judgement (and other possible sources if any) to account for potential seasonal or yearly groundwater fluctuations. 2025 information will be provided to the Phase 2 team after project award.

-19-
Submitted: Tuesday 30-DEC-2025 01:21 PM
Company: Sundt
Contact: Ben Becker
Related to clarification number 4, we request an increase in the stipend due to the substantial additional effort that will be required to redesign the entire drainage system.
Answer
Submitted: Wednesday 07-JAN-2026 09:33 AM
The stipend will not be increased.

-20-
Submitted: Tuesday 30-DEC-2025 01:57 PM
Company: Sundt
Contact: Ben Becker
The Landscape Details in the Preliminary Plans illustrate and quantify over 160 trees and more than 1,500 shrubs and flowers in the boulevards, medians, and roundabouts, in addition to over 200,000 sf of ground cover (sod, seed, mulch, etc.). An irrigation system must also be designed and constructed to provide water to the plantings. Further, page 22 of the RFP calls for "aesthetic enhancements … including decorative or stamped concrete … that feature patterns inspired by Montana’s native landscapes…incorporating wayfinding elements for local and regional landmarks" for the all underpass headwalls and wing walls, as well as for the retaining walls. However, the Post AGR Review Landscape Follow-Up Meeting Minutes state "The City knows that the $250k isn’t enough to get the outcome that we want." Is the intent to provide a design which falls into the $250K limit or to meet the minimums called out in the plans? If it is the latter, will the Engineer’s Estimate be based off the same assumption? The concern is that if the Engineer's Estimate doesn't take into account this cost, all the bids could fall outside the 10% range that was discussed in the Pre-Submittal meeting resulting in the bids not being opened.
Answer
Submitted: Monday 05-JAN-2026 01:46 PM
Provide a design to meet the requirements identified in the RFP and the intent of the Phase 1 documents. MDT has collaborated with the City of Bozeman to develop the engineer’s estimate as identified.

-21-
Submitted: Tuesday 30-DEC-2025 02:11 PM
Company: Sundt
Contact: Ben Becker
Sheet 51 of the RFP plans titled "7th Ave. Tunnel Landscape Details" shows the Tunnel Aesthetics. Is what is shown on this sheet meant to be prescriptive? If not, can MDT clarify the intent/requirements of the wall surface treatment that is to be determined by the Phase 2 team? Also, are the walls at 7th Avenue the only walls that receive this treatment?
Answer
Submitted: Monday 05-JAN-2026 01:48 PM
Tunnel Aesthetics provided in the Phase 1 plans are conceptual. Provide aesthetic enhancements as outline in RFP IV.F.1. Aesthetic enhancements are required at both tunnel locations.

-22-
Submitted: Wednesday 07-JAN-2026 04:49 PM
Company: Sundt
Contact: Ben Becker
Are there any camera or security requirements for the underpasses?

-23-
Submitted: Wednesday 07-JAN-2026 04:47 PM
Company: Sundt
Contact: Ben Becker
Please clarify how the access to Parcels 3 and 4 will be perpetuated. The Phase 1 road plans show the existing accesses to these Parcels from Kagy Boulevard are not perpetuated. The Right-of-Way Plans include a note stating there exists a 60' X 50' EX. ACCESS EASE. TO PARCEL 4 from an unnamed street adjacent to the east edge of Parcel 4. However, there is not an existing driveway route across Parcel 4 to that roadway, nor is there a Parcel 4 curb cut on that roadway. Please provide direction on who is responsible for providing the new access.

-24-
Submitted: Wednesday 07-JAN-2026 04:45 PM
Company: Sundt
Contact: Ben Becker
Regarding signal modifications at the intersection of Kagy and 19th, Part H of the Design and Construction Criteria Package says to “provide new ADVANCE radar detection” but then references Attachment J for “more information on radar PRESENCE detection systems” (emphasis added). Is the required radar addition at this intersection for advance detection or presence detection?

-25-
Submitted: Wednesday 07-JAN-2026 04:46 PM
Company: Sundt
Contact: Ben Becker
Please provide the as-built plans for the traffic signals at Kagy/19th and at Kagy/Wilson.
Answer
Submitted: Thursday 08-JAN-2026 01:05 PM
The files linked below represent the as-built drawings. MDT provides them for informational purposes only. The drawings may not completely represent current conditions. Thus, some of the information contained in these documents may be out of date or not applicable with regard to the advertised project. The contractor should not rely solely on the as-built drawings provided for bidding purposes nor does any data in these files supersede the data in the contract documents.
KAGY & 19TH PLANS
KAGY & WILLSON PLANS