Skip to main content

Contract Information


Project Name CONRAD - SHELBY ADA UPGRADES
Advertise Date 03/07/2019 03:30 PM
Close Date 05/30/2019 05:00 PM
Let Date 06/06/2019 11:00 AM

Notifications

-1-
Submitted: Thursday 07-Mar-2019 03:35 PM
 The Montana Department of Transportation (MDT) is soliciting construction and design services for the design-build project identified below. Contractor and consultant teams (Firms) are encouraged to submit a Statement of Qualifications (SOQ) response electronically to the email address in the RFQ or in hard copy to the Montana Department of Transportation – Engineering Division, Contract Plans Bureau, Room 101, 2701 Prospect, Helena, Montana by 11:00 a.m., local time on March 28, 2019

This project includes design and construction of ADA compliant sidewalk, ramps, and approaches along the following routes:

Not all intersections will be included in this project, a spreadsheet with the estimated sidewalk quantity and the number and location for ADA ramps and alleys are included herein.

The following preliminary scope of work items are anticipated for the proposed project and provided for informational purposes.

• In Shelby, the intersection upgrades are located along U.S. Highway 2 between Adams Avenue and 5th Avenue; at Montana Avenue, 1st Avenue, 2nd Avenue (Maple Avenue) and 3rd Avenue (Division Street); and on Oilfield Avenue from the intersection of 5th Street to 7th Street.

• In Fairfield, the intersection upgrades are located along Park Way (U.S. Highway 89) from 3rd Avenue South to 4th Avenue North.

• In Rudyard, the intersection upgrades are located along Reed Street (Main Street) from the intersection of 1st Avenue to 5th Avenue.

• In Conrad, the intersection upgrades are located along 4th Avenue Southwest from Sunset Boulevard and Main Street (Highway 91) and along Main Street (Highway 91) from 7th Avenue Southwest to 2nd Avenue Northwest.

• In Valier, the intersection upgrades are located along Montana Street from Teton Avenue to Railroad Avenue.

The project RFQ is at the following link: RFQ

-2-
Submitted: Friday   12-APR-2019 02:37 PM 
SOQ RANKED SHORT LIST

1 - Riverside Contracting, Inc./DOWL, LLC
2 - Century Companies, Inc./Stahly Engineering & Associates
3 - Helena Sand & Gravel, Inc./TD&H/White Resources Group, Inc.
4 - United Materials of Great Falls, Inc./KLJ

-3-
Submitted: Tuesday   16-APR-2019 09:05 AM 
A pre-proposal meeting is scheduled from 1:00 to 3:00 PM on April 23, 2019 in the Transportation Commission Room to review the RFP and address any questions regarding the project. Attendance at the pre-proposal meeting is mandatory and any short-listed Firm that fails to attend will be deemed non-responsive and automatically disqualified from further consideration.

Addendums

No addendums found for this contract

Clarifications

-1-
Submitted: Monday  22-APR-2019 12:08 PM
The supplemental specification for Subsection 104.02.3 Significant Changes in the Character of Work incorrectly refers to Subsection 104.03.2. Both occurrences of 104.03.2 are hereby changed to 104.02.3.

-2-
Submitted: Tuesday  30-APR-2019 10:05 AM
PRE-PROPOSAL MEETING MINUTES & ATTENDANCE SHEET

-3-
Submitted: Wednesday 08-MAY-2019 09:15 AM
The following Special Provision – Attachment N – Concrete Warranty is hereby added to this contract. 

-4-
Submitted: Wednesday   29-MAY-2019 12:50 PM
Attachment G - Contract Backs which include the federal wage rates posted in the RFP are not correct.  For this project reference the revised Contract Backs which include the appropriate Highway wage rates at the following link: CONTRACT BACKS

-5-
Submitted: Tuesday   04-JUN-2019 01:10 PM
The attachment for the Bid Price Proposal Sheet has an error in the project number.  The correct project number is CMDP STWD(676) and the UPN is 9650000.  We apologize for this oversight and for any confusion that it may have caused. BID PRICE PROPOSAL FORM

-6-
Submitted: Wednesday 05-June-2019 3:21PM
The stipend amount was changed from $35,000 in the RFQ to $40,000 in the RFP.  A $40,000 stipend will be paid to the unsuccessful, responsive bidders after the project is awarded.

In situations where a new ADA ramp does not line up with the existing crosswalk striping, the Firm will obliterate existing striping and restripe the entire crosswalk in accordance with MDT standard design details.  Likewise, if any of the new construction impacts the existing crosswalk or other roadway striping, the Firm is required to restripe the impacted portions of the existing striping. 

In accordance with the intent of the RFP scope of work, where there currently is no existing crosswalk striping on main streets or the side streets, the Firm is not required to provide new crosswalk striping.

Questions

-1-
Submitted: Saturday  23-MAR-2019 07:40 AM  
Company: Stahly Engineering  
Contact: Dave Gates
Please clarify the location and number of ramps on Main Street in Shelby. Subtotal (15) does not match total (19).
Answer
Submitted: Monday  25-MAR-2019 11:10 AM
The Main Street  actually has 16 ramps.  The amended spreadsheet is attached.
AMENDED SCOPE OF WORK SPREADSHEET

Revised Answer
Submitted: Tuesday  26-MAR-2019 05:45 PM
The Spreadsheet has been revised:
AMENDED SCOPE OF WORK SPREADSHEET.

-2-
Submitted: Friday    17-MAY-2019 09:34 AM
Company: TD&H Engineering
Contact: Loran Frazier
Please clarify the number of Ramps in Rudyard. The subtotals in the table show 7+7+6+8. The total shows 30.
Answer
Submitted: Friday  17-MAY-2019 12:35 PM
The correct total should be 28.  Two ramps were previously removed from NE corner of 5th Ave that were not revised in the total number.

-3-
Submitted: Tuesday   28-MAY-2019 04:52 PM  
Company: Riverside Contracting, Inc.  
Contact: Estimating  
The scope of work spreadsheet has been amended and clarified multiple times. Are we expected to bid 285 ramps, 1940 SY midblock sidewalk/approach concrete, 900 LF mid-block curb and gutter, and 17 tree removals?
Answer
Submitted: Wednesday  29-MAY-2019 09:46 AM
The quantities included in the Amended Spread Sheet posted on March 26, 2019 are correct.

-4-
Submitted: Tuesday   28-MAY-2019 05:04 PM  
Company: Riverside Contracting, Inc.  
Contact: Estimating  
The language in the RFP and the clarification in the preproposal meeting minutes is unclear regarding the definition of bicycle-friendly inlet grates. Section 4.12.8 of the AASHTO Guide to Bicycle Facilities (2012, 4th edition) states that “care should be taken that drainage grates are bicycle-compatible, with openings small enough to prevent a bicycle wheel from falling into the slots of the grate” and "where bicycle-incompatible grates remain, metal straps can be welded across slots perpendicular to the direction of travel at a maximum longitudinal spacing of 4 in.” According to this definition, most inlets on the project corridors are not bicycle-friendly. Are we expected make all inlet grates that contain lateral space (in the direction of travel) exceeding 4 inches bicycle-friendly if affected by construction?
Answer
Submitted: Wednesday   29-MAY-2019 12:45 PM
All inlets that require vertical or horizontal adjustments/relocations must be replaced with bicycle friendly grates meeting the requirements of Section 4.12.8 of the AASHTO Guide to Bicycle Facilities (2012, 4th edition).  Retrofitting the existing grates as described in the referenced AASHTO guidance document will not be allowed.

-5-
Submitted: Tuesday   28-MAY-2019 08:32 PM  
Company: Riverside Contracting, Inc.  
Contact: Estimating  
The language in the RFP and the clarification in the preproposal meeting minutes is unclear regarding the contractor's responsibility to relocate signs. Are we expected to perform a sign inventory, submit Signing Plans, and replace all sign posts/panels affected by construction that do not meet current design criteria?
Answer
Submitted: Wednesday  29-MAY-2019 09:07 AM
The Design Build Firm is responsible for replacing only signs impacted by the new construction that do not meet current design standards. 

-6-
Submitted: Thursday  30-MAY-2019 02:24 PM  
Company: Helena Sand & Gravel, Inc.  
Contact: Estimator  
In Conrad it calls for 1,750-Square Yards of Mid-Block sidewalk and approach replacement. Can you please specify where that additional sidewalk work will take place in Conrad?
Answer
Reference the RFP Amended Attachment E - Scope of Work Matrix table.  The sidewalk reconstruction locations are listed in the Comments/Existing Features column.