HomeMy WebLinkAboutResolution No. R22-78RESOLUTION NO.
A RESOLUTION OF THE CITY OF LAUREL
THE MAYOR TO EXECUTE THE CONSTR
AGREEMENT FOR SOUTH 4th STREET PUB)
LAUREL, YELLOWSTONE CO
78
ITY COUNCIL AUTHORIZING
CTION AND MAINTENANCE
C ROADWAY IN THE CITY OF
MONTANA.
WHEREAS, a public roadway easement was gr' nted by the Northern Pacific Railway
Company, n/k/a Montana Rail Link, Inc. (hereinafter "i he Railroad") on July 26, 1961, to the
State of Montana across the Railroad's right-of-way r the public roadway now known as
South 4th Street, and said easement is found in the Re ords of Yellowstone County at Book
780 Deeds, Page 209;
WHEREAS, the City of Laurel, the Railroad, and the Montana Department of
Transportation (hereinafter "MDT") have entered into certain agreements dated April 26; 1999,
and November 4, 2002, for construction, operation, and maintenance of grade crossing signals
at the grade crossing DOT# 104001W at South 4th Stre t;
WHEREAS, the City desires additional public Improvements to South 4th Street, and
the Railroad is amenable to these improvements;
WHEREAS, the parties desire that all fu ure South 4th Street construction,
reconstruction, and maintenance projects on the Railroa 's right-of-way be built in accordance
with plans and specifications to be prepared by the Cityl and approved by the Railroad;
WHEREAS, the City will own and maintain t le roadway and related appurtenances,
including trails, sidewalks, drainage features, crossing signals, and traffic signals;
WHEREAS, the parties agree that the Railroad ill continue operating and maintaining
its tracks and appurtenance, along with maintaining grade crossing warning devices by
agreement(s), Montana state statutes, and by the Admi 'strative Rules of Montana; and
WHEREAS, the parties wish to memorialize t eir respective rights and obligations,
pursuant to the Construction and Maintenance Agreeme t for South 4th Street Public Roadway
in the City of Laurel, Yellowstone County, Montana.
NOW THEREFORE BE IT RESOLVED, by
Montana:
Section 1: Approval. The Construction and
Street Public Roadway in the City of Laurel, Yellows
the City of Laurel and Montana Rail Link, Inc., a copy
is hereby approved.
City Council of the City of Laurel,
ntenance Agreement for South 4th
County, Montana, by and between
hed hereto and incorporated herein,
R22-78 Approve Construction and Maintenance Agreement for South 411 Street
Section 2: Execution. The Mayor is hereby gi
and Maintenance Agreement on behalf of the City.
Introduced at a regular meeting of the City
by Council Member Sparks.
PASSED and APPROVED by the City
27th day of December 2022.
APPROVED by the Mayor on the 27th day of
ATTEST:
Fngleffiz/*M�wz
APPROVED AS TO FORM:
mi&L L& --
Michele L. Braukmann, Civil City Attorney
authority to execute the Construction
on the 27th day of December 2022
of the City of Laurel, Montana on the
ber 2022.
OF LAUREL
Waggoner,
R22-78 Approve Construction and Maintenance Agreement for Soiuth 4th Street
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
CONSTRUCTION AND MAINTENANCE AGREEM
ROADWAY IN THE CITY OF LAUREL, YELI
RAILROAD IST SUBDIVISION
FOR SOUTH 4TH STREET PUBLIC
;TONE COUNTY, MONTANA
RAILROAD MILEPOST 0.50
CASPER BRANCH
AGREEMENT, made this day of 2022, between THE CITY
OF LAUREL, a Municipal Corporation of the State o Montana, hereinafter referred to as
"CITY", and MONTANA RAIL LINK, INC., hereinafter referred to as "RAILROAD".
WHEREAS, a public roadway easement was granted by the Northern Pacific
Railway Company on July 26, 1961, to the State of Montana across the Railroads right of
way for the public roadway now known as South 4th Street, and said easement is found in
the Records of Yellowstone County at Book 780 Deeds, Page 209;
WHEREAS, CITY, RAILROAD and the Mont na Department of Transportation
("MDT) have entered into those certain agreements dated April 26, 1999, and November
4, 2002, for construction, operation and maintenance of grade crossing signals at the
grade crossing DOT# 104001W at South 4th Street;
WHEREAS, CITY desires additional public i provements to South 4th Street, and
the RAILROAD is amenable to these improvements a shown on the drawing attached and
marked as Exhibit "A".
WHEREAS, the parties desire that all fut re South 4th Street construction,
reconstruction and maintenance projects on RAI ROAD's right of way be built in
accordance with the plans and specifications to be prepared by CITY and approved by
RAILROAD;
WHEREAS, the parties agree that the RAIL�OAD will receive no ascertainable
benefit from the contemplated roadway improveme ts;
WHEREAS, the CITY will own and mz
appurtenances, including trails, sidewalks, drainage
signals;
WHEREAS, the parties agree the RAIL
maintaining its tracks and appurtenances along wi
devices by agreement(s), state statutes, and by the
Page 1 of 12
1 the roadway and related
res, crossing signals, and traffic
will continue operating and
ntaining grade crossing warning
nistrative Rules of Montana;
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
NOW, THEREFORE, in consideration of the
agree:
CITY or its Contractor will construct, or cause
South 4th Street in compliance with plans develo
approved by the RAILROAD and approved as necessa
MDT (within its urban route). Nothing herein sha
ratification or an adoption by the RAILROAD of any c
as it own. CITY will gain RAILROAD's agreement for i
affecting the RAILROAD right of way occurring after
The CITY will present the attached Exhibit "C'
on the Right of Way of the RAILROAD, to its cc
reconstruction of work on the roadway or appurten,
will comply with all aspects of this attachment. There
work on the right of way of the RAILROAD prior t
COUNTY's contractor(s) will telephone the RAIL
Control Center at (800) 338-4750 (a 24-hour n
Location Center (800) 424-5555, to determ
communication facilities are buried anywhere in
agreement will be construed or deemed to be a
RAILROAD of either or both said plans and specificat
es herein contained, the parties
be constructed, improvements to
d by CITY or its engineers and
under CITY's said agreement with
be construed or deemed to be a
.struction plans and specifications
terial changes to the project plans
s agreement is signed.
Contractor Requirements for Work
ntractors for any maintenance or
laces thereto. The CITY's contractor
will be no equipment, manpower or
i approval by the RAILROAD. The
10AD's Communication Network
imber), and Utilities Underground
ne if underground utilities or
he area. Nothing provided in this
-atification or an adoption by the
ons as its own.
Should it become necessary for the RAILROAD to obtain the services of a
consultant engineer or a contractor after this agreement is completed, and due to any
exigency of the RAILROAD and the project, the CITY and the RAILROAD will mutually
agree, in writing, as to the area of need and the RAI ROAD's selection of a consultant or
contractor.
The CITY and the RAILROAD will perform various itoms of work as follows:
PART A
WORK TO BE PERFORMED BY THE CITY ORI S CONTRACTOR AT CITY EXPENSE:
Page 2 of 12
DocdSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
1.
2
0
Except as herein provided, furnish all p
material, supplies, and equipment nec(
complete in all details.
Perform all work not specifically m
RAILROAD necessary to complete the
specifications.
Any work or modification which, and
the contractor will nevertheless be
RAILROAD will be entitled to look to
4. CITY will provide the attached Exhibi
Public Employees, and Private Indivi
Contractor) When working on the Raili
The CITY's Contractor will comply wit]
5. Submit all temporary traffic control p
crossing to RAILROAD's Director
jbieber@mtrail.com for approval. Al
RAILROAD's approval of submitted t
traffic control plans affecting the grad
active grade crossing warning syste.
flagger to control vehicle traffic.
is, engineering, supervision, labor,
ary for construction of the project,
�tioned as work performed by the
roject in accordance with plans and
this contract, may be performed by
e obligation of the CITY, and the
CITY for full performance thereof.
"C" Requirements for Contractors,
luals (Hereinafter Referred tot as
)ad's Right of Way to its Contractor.
all aspects of these attachments.
ns affecting the RAILROAD's grade
of Engineering Jim Bieber at
w a minimum of five (5) days for
ffic control plans. Any temporary
crossing must not plan to alter the
and must not utilize a Railroads
6. CITY must construct a driveway ap roach across the sidewalk to the
RAILROAD's signal bungalow.
7
n.
0
Will pay for the purchase and delivery
(and end deflectors) and other costs a
marked as Exhibit "B" for the two cro:
be a total of 88 track feet of concrete
as depicted in Exhibit "A".
Provide construction stakes, incl
RAILROAD, to mark the of the ou
facilitate installation of the concrete
Provide asphalt saw cuts in the asp
the tracks at the grade crossing at
accommodate removal of existing 1
new track structures and concrete si
Page 3 of 12
reight for the new concrete surfaces
shown in the detailed cost estimate
ings at DOT#104001W. There will
irface for both crossings purchased
ing offset stakes, as needed by
edges of the sidewalk surface, to
ade crossing surfaces.
roadway surface on both sides of
(5) feet from the nearest rail to
structure and replacement with
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
10. Dispose of asphalt removed to acco
surfaces and maintain any tempor
between the edges of asphalt saw c
surfaces at the grade crossing. Place
odate the new concrete crossing
gravel surface in the roadway
and the newly installed concrete
salt patches in that area.
11. All temporary traffic controls, detours, otifications, temporary asphalt and
asphalt necessary for RAILROAD to complete their work will be the
responsibility of the CITY. It is understood that the grade crossing will be
fully closed to traffic for not more than one (1) day for railroad to complete
its concrete crossing surface installati n.
12. CITY's contractor will cooperate v
RAILROAD's contractors to the maxim
PART Al
WORK TO BE PERFORMED BY THE RAILRO
1. Railroad Flagging. Provide railro
construction as deemed necessary by
PART B
WORK TO BE PERFORMED BY THE RAIL
1. RAILROAD will provide not less than
RAILROAD's forces and with
extent possible.
AT THE CITY'S EXPENSE:
flagging protection during the
RAILROAD.
AT RAILROAD'S EXPENSE:
(5) days' notice of staking needs.
2. Provide engineering, supervision, labor, materials (except concrete
surfaces and freight), and equipment aecessary for the installation of the
new concrete surface including up rades to the track structure to
accommodate the new surface.
3. Install concrete crossing surface m terials, including upgraded track
structure, to accommodate the two (2) concrete crossing surfaces in
accordance with RAILROAD's current installation polices.
4. Dispose of track structure materials removed and not reused during
construction of the new concrete surfa es at RAILROAD's cost.
PART C
SEQUENCE OF OPERATION:
Page 4 of 12
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
1
2.
3.
The CITY, the RAILROAD, and the CIT
agreeable date and time. Meeting will
prior to any construction on RAILROY
The CITY, the RAILROAD, and the CITY
agreeable date and time at the project
substantially completed within the M
the Contractor's demobilization of neo
An announcement has been made that
its operating lease with BNSF and that
by the Surface Transportation Boa
RAILROAD during the term of construc
that following the consummation of R
may require different and additior
inspections, submittal reviews, flagger
track window procedures. CITY will c
processes and procedures are in place i
working on the project.
All reconstruction, improvements, or mainten
its contractor on the RAILROAD's right of way, will
the RAILROAD and will be performed so as not t
movement of trains or traffic upon the track. The CI'
precautions to avoid damage to or interfere with the
notify the RAILROAD, as per Exhibit "C," whenever
work on, or adjacent to its track to enable the RAIL
necessary protective services and devices to ensure 1
RAILROAD can furnish such flagging and protecti`
judgment, are necessary to ensure the safety of raj
reimburse the RAILROAD for the cost thereof. WhE
traffic of the RAILROAD is mentioned in this agree
permitted users of the RAILROAD's track.
The CITY, its contractors and subcontr
and conduct all work so as to not cause any d
IV
Page 5 of 12
Contractor will meet at a mutually
e held at or near the grade crossing
's right of way.
Contractor will meet at a mutually
)cation to inspect the project when
LROAD's right of way but prior to
le and equipment.
the RAILROAD intends to terminate
such termination may be approved
-d ("STB") and consummated by
ion for this project. It is understood
ULROAD's lease termination, BNSF
al processes for consultant use,
iotifications, payments for services,
operate with BNSF to ensure new
)r the CITY's Contractor to continue
ince work to be done by the CITY or
Ie done in a manner satisfactory to
unnecessarily interfere with the
Y will require its contractor to take
RAILROAD's track or trains and to
the contractor is about to perform
LOAD to furnish flagging and other
le safety of railway operations. The
services and devices that, in its
way operations, and the CITY will
lever safeguarding of the trains or
ment, it is intended to include all
shall plan, schedule, coordinate
to any trains.
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
The RAILROAD will endeavor to submit on
flagging and other protective services and device
contemplated by this agreement. The progress bi
worked per day. The RAILROAD will submit a final
other protective services within one hundred twent
the completion of the project by the CITY. The attach
hereof, is a statement of conditions when flaggers, pr
furnished by the RAILROAD. Railroad flagging will b
listed in Exhibit "B»
The RAILROAD will submit progress bills to
work included in this agreement for the actual cost
the RAILROAD. The estimated cost of the work, ex(
this agreement by the RAILROAD's forces at the e
detailed estimate attached as Exhibit "B" and in
RAILROAD has inspected the materials in the field
salvage value of materials to be retained by the R
Exhibit "B". RAILROAD shall utilize its approved pub
The CITY will reimburse the RAILROAD for the ai
connection with said work.
a monthly basis progress bills for
during the progress of the work
s will contain the date and hours
id complete billing for flagging and
(12 0) days after being notified of
!d Exhibit "C", which is made a part
tective services, and devices will be
billed separately from the services
he CITY during the progress of the
F services and expenses incurred by
pt flagging, to be performed under
)ense of the CITY is shown on the
de a part of this agreement. The
rior to signing this agreement. The
ILROAD is shown on the attached
projects billing rates and methods.
ual cost and expenses incurred in
It is further agreed that the final and complet billing of all incurred costs will be
made by the RAILROAD at the earliest practical date nd that a final audit and review will
be made by the CITY. Records are to be available to the CITY or their authorized
representatives for audit during the contract period and for a period of three (3) years
from the date of final payment.
U
All contracts between the CITY and its contra)
for on the roadway fa�� cility within the RAILROAD's ri;
that specifies the contractor is responsible to RAILR(
RAILROAD companies, and its tenants for all damage
and all freight or passenger trains that is caused by tl
comply with its requirements under this agreement,
work with the RAILROAD or any cause not attributal
from the contractor's activities that affect RAILROAD
equipment and to meet customer service obligations
further provided below, for the economic losses arisi
and train service employees, contractual loss of incei
contractual penalties resulting from train delays, cau
subcontractors performing work under the project is
Page 6 of 12
tor, for the construction provided
;ht -of -way, shall include language
'AD, including any of its affiliate
s for any unscheduled delay to any
te contractor's negligence, failure to
-ailure to properly coordinate its
le to the RAILROAD, but arising
s ability to fully utilize its
Contractor will be billed, as
ag from loss of use of equipment
tive pay and bonuses, and
Sed by the Contractor, or its
entified herein.
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
It is understood and agreed that this section it
for delays arising from RAILROAD work necessitated
the contractor or subcontractors. For loss of use, coni
freight train hour rate per train as determined from F
to train traffic may cause delays to multiple trains at
In addition to the above damages, passenger, U.S. mai
intermodal, coal, special and freight trains operate ur
between RAILROAD and its customers. Under these <
not meet its contract service commitment, RAILROAD
incentive pay or be subject to a penalty payment. Co
train performance and incentive penalties or other c
incurred by RAILROAD which are attributable to a tr
this project.
cludes any RAILROAD expenses
by acts, omissions or negligence of
ractor will be billed the current
AILROAD's record. Any disruption
he same time for the same period.
I trains, and certain other grain,
der incentive/penalty contracts
rrangements, if RAILROAD does
may suffer loss of performance or
tractor shall be responsible for any
ntractual economic losses actually
in delay caused by or related to
The contractual relationship between RAILR AD and its customers is proprietary
and confidential. In the event of a train delay covered by this agreement, RAILROAD will
share information relevant to any train delay to the maximum extent consistent with
RAILROAD confidentiality obligations. Damages for train delay for certain trains could
be as high as $50,000.00 per incident.
W
All contracts between the CITY and a contr
for, or maintenance work on the roadway within the
the contractor to indemnify, defend, and hold harr
railroad company occupying or using the RAILROAD
against all loss, liability and damage including attorn(
contractor, its forces or any of its subcontractors or
the contractor will carry insurance of the kind and ar
broad form contractual liability with a cc
$2,000,000 each occurrence and an ag;
Coverage must be purchased on a post 19
and include coverage for, but not limited
*Bodily Injury and Property Damage
*Personal Injury and Advertising Injul
*Fire legal liability
*Products and completed operations
This policy must also contain the following endorse
the certificate of insurance:
*It is agreed that any workers' compe:
railroad payments related to the Federal ]
Page 7 of 12
ictor, for the construction provided
ZAILROAD right of way, will require
less the RAILROAD and any other
right of way, or line of RAILROAD,
y's fees arising from activities of the
gents, and will further provide that
I.ount hereinafter specified:
ce - This insurance must contain
nbined single limit of a minimum of
•egate limit of at least $6,000,000.
8 ISO occurrence form or equivalent
o the following:
ents, which must be indicated on
ition exclusion does not apply to
ployers Liability Act or a railroad
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
Wage Continuation Program or similar pr
deemed not to be either payments made
Workers Compensation, disability benefit
law or similar law.
*The definition of insured contract
exclusion or other limitation for any
RAILROAD's property.
No other endorsements limiting coverage as
may be included on the policy.
)gram and any payments made are
or obligations assumed under any
s, or unemployment compensation
ist be amended to remove any
k being done within 50 feet of
obligations under the Agreement
B. Business Automobile Insurance - This nsurance must contain a combined
single limit of at least $1,000,000 per oc urrence, and include coverage for,
but not limited to the following:
*Bodily injury and property damage
*Any and all vehicles owned, used, or h red
C.
coverage for but not limited to:
*Contractor's statutory liability under
the state(s) in which the work is to be
law, the insurance must cover all empl
*Employers' Liability (Part B) with limi
$500,000 by disease policy limit, $500,
A Certificate of Insurance must be provided to the
work.
D. Railroad Protective Liability insurancE
Insured with coverage of at least $2,000,
in the aggregate. The policy must be issu
10 93 and include the following:
*Endorsed to include the Pollution Exc
31 10 93)
*Endorsed to include the Limited Seep
*Endorsed to remove any exclusion for
*No other endorsements restricting co'
*The original policy must be prov
performing any work or services under
The RAILROAD is to be provided with a separate
Policy.
Page 8 of 12
insurance including
he worker's compensation laws of
performed. If optional under State
lees anyway.
of at least $500,000 each accident,
00 by disease each employee.
ROAD prior to commencement of
naming only the RAILROAD as the
00 per occurrence and $6,000,000
!d on a standard ISO form CG 00 35
usion Amendment (ISO form CG 28
ge and Pollution Endorsement
punitive damages
'erage may be added
ded to the RAILROAD prior to
this Agreement.
individual Railroad Protective
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
Other Requirements:
Where allowable by law, all policies (applying to cc
exclusion for punitive damages and certificates
exclusion exists.
Contractor agrees to waive its right of recovery
against RAILROAD. In addition, its insurers, t
endorsement, waive their right of subrogation
ige listed above) shall contain no
insurance shall reflect that no
t RAILROAD for all claims and suits
i the terms of the policy or policy
RAILROAD for all claims and suits.
The certificate of insurance must reflect the wai er of subrogation endorsement.
Contractor further waives its right of recovery, and its insurers also waive their right of
subrogation against RAILROAD for loss of its owned or leased property or property under
Contractor's care, custody, or control.
Contractor's insurance policies through policy endorsement must include wording which
states that the policy shall be primary and non-contributing with respect to any insurance
carried by RAILROAD. The certificate of insurance must reflect that the above wording
is included in evidenced policies.
All policy(ies) required above (excluding Worker Compensation and if applicable,
Railroad Protective) shall include a severability of in erest endorsement and RAILROAD
shall be named as an additional insured with resp ct to work performed under this
Agreement. Severability of interest and naming RAIL ZOAD as additional insured shall be
indicated on the certificate of insurance.
Prior to commencing the Work, Contractor shall fu
certificate(s) of insurance including an origin,
representative evidencing the required coverage, en
referencing the contract audit/folder number if avail
provision that obligates the insurance company(ies
RAILROAD in writing at least 30 days prior t
substitution, or material alteration. This cancellation
certificate of insurance. In the event of a claim or k
out of this Agreement, Contractor will make
claim or lawsuit.
-nish to RAILROAD an acceptable
1 signature of the authorized
lorsements, and amendments and
ble. The policy(ies) shall contain a
issuing such policy(ies) to notify
any cancellation, non -renewal,
provision shall be indicated on the
Avsuit involving RAILROAD arising
any required policy covering such
Any insurance policy shall be written by a reputable insurance company acceptable to
RAILROAD or with a current Best's Guide Rating of A- and Class VII or better, and
authorized to do business in the state(s) in which the service is to be provided.
Contractor represents that this Agreement has been toroughly reviewed by Contractor's
insurance agent(s)/broker(s), who have been instr cted by Contractor to procure the
insurance coverage required by this Agreement. �Ilocated Loss Expense shall be in
addition to all policy limits for coverages reference a ove.
Page 9of12
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
Not more frequently than every five years, RAILROA may ask to reasonably modify the
required insurance coverage to reflect then-currentI risk management practices in the
railroad industry and underwriting practices in the i surance industry.
Acceptance of a certificate that does not comply with this section shall not operate as a
er
waiver of Contractor's obligations hereund.
The fact that insurance (including, without limitz tion, self-insurance) obtained by
Contractor shall not be deemed to release or diminish the liability of Contractor
including, without limitation, liability under the indei anity provisions of this Agreement.
Damages recoverable by RAILROAD shall not be lim ted by the amount of the required
insurance coverage.
ALL certificates of insurance required for c ntractor performed construction,
reconstruction, improvements, and/or maintenanc work will be forwarded to the
RAILROAD at the following address:
MONTANA RAIL LINK INC.
Attention: Contracts A mi
P.O. Box 16390
Missoula, MT 59808-6390
contracts@mtrail.com
(406) 523-1440 Office
(406) 523-1529 Fax
If the CITY, its contractor, subcontractors, or agents, in the performance of the
work herein provided for or by the failure to do or perform anything for which it is
responsible under the provisions hereof, shall damage or destroy any property of the
RAILROAD, such damage or destruction shall be corrected by the CITY in the event its
contractor or the insurance carriers fail to repair or r store the same.
VII
Upon completion of any maintenance, impro
CITY will require its Contractor to leave the RAI
satisfactory to the RAILROAD. This determination
Engineer or his designee.
VIII
Page 10 of 12
rots, or reconstruction work, the
kD right of way in a condition
1 be made by RAILROAD's Chief
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
The CITY agrees that in removing snow fro:
perform such snow removal in a manner as not to
roadbed or tracks of the RAILROAD. Any snow or
track sections by actions of the CITYY will be remov(
of removal billed against the CITYY. The RAILROA
ongoing problem in this area.
IX
In the event said roadway shall, at any time
otherwise become vacated or abandoned, the rights
agreement shall immediately cease, and the CITY sh
cost and expense. To facilitate the CITY's removal of tl
to the CITY, at no cost or expense, a permit to
reasonable time the CITY has not removed the faciliti
CITY a minimum of 60 days prior notification, may r,
the CITY.
said roadway, that the CITY will
eposit the snow or debris on the
bris deposited on the roadbed or
by the RAILROAD with such costs
agrees to notify the CITY of any
cease to be used by the public or
.nd benefits of the CITY under this
ll remove said roadway at its own
roadway, the RAILROAD will issue
complish said removal. If after a
the RAILROAD, after providing the
nove said facility at the expense of
Pursuant to Mont. Admin. R. § 18.6.311(1), the CITY will own the railroad signal. If
the grade crossing is abandoned, or if for any reason the signals are no longer required at
this location, the RAILROAD and CITY will determine if the signals are to be installed at
another location or used for replacement parts.
If a railway or a highway improvement pro'ect necessitates a rearrangement,
relocation, or alteration of the signals at this cross ng,
the party whose improvement
causes such change will pay the cost thereof.
X
All notices, billings, payments, and other required ommunications ("Notices") to the
Parties shall be in writing, and shall be addressed res ectively as follows:
If to CITY:
If to RAILROAD:
CITY OF LAUREL
Attention Directo
115 West 1St Strep
Laurel, MT 5090,
Telephone (40
MONTANA RAIL 1
Chief Engineer
P.O. Box 16390
Missoula, MT 598
Telephone (40
FAX (40
Page 11 of 12
of Public Works
) 628-7431
NK INC.
-6390
523-1440
523-1529
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
All notices shall be given (i) by personal delivery 1
communication, with a confirmation sent by mail, c
effective and shall be deemed delivered (i) if by persc
if delivered during normal business hours, and, if no
hours, on the next business day following delivery, (ii
the next business day following receipt of the electrc
by mail on the next business day after actual receipt.)
notice to the other Parties.
XI
the Parties, or (ii) by electronic
(iii) by mail. All notices shall be
nal delivery on the date of delivery
delivered during normal business
if by electronic communication on
iic communication, or (iii) if solely
ny Party may change its address by
This agreement will be binding on the parties Hereto, their successors and assigns.
MONTANA RAIL LINK, INC.
DoeuSigned
By: 11/ovd:
Vice President of Finance and Accounting
CITY OF LAUREL
By; ~�
Name:
Title:
IN wi�✓S
Page 12 of 12
DocuSlgD Envelope ID: 68175569-9881473F-9333-CD427D467888
STA 28.19.63
52.6-LFOW
/ MATCH E%
STA 28.19.93
PT 3296.05 j$
u¢F
STA28-16.58 3
322 L TBC
3296.13
F STA 28-13.3[
r 27.TLTBC N
3295.65 N
DROP WALK AND
CURB FOR ADA 1C
85 $
28 50
STA28-U"Bo
CL 3295.85
STA2M.93
20.6'RTBC
PC 3296.07
NOTE:
SEE INTERSECTION DETAIL
SHEETS FOR SPECIFICS OF
INTERSECTION GRADING.
ADA RAMP DETAIL
Oa 18,2022-225pm-1W}meeimWMDalalPmje C,"XnL me82104_00862_2022_Pav nl ba ei ICAOlConztDwg.%c-R nP.Re"(C14) 0
n(mI
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
EXHIBIT "B"
MONTANA RAIL LINK, INC.
10/24/2022
Purchase and Deliver Concrete Crossing Surface for use of at (DOT # 104001W) South 4th Street
in Laurel, Montana
Railroad Milepost 0.50 1st (Casper Branch) Subdivision
DETAILED ESTIMATE OF COST
UNIT
ITEM Q Y UNITS COST ($) TOTAL
CONC. CROSSING SURFACE, 10' WIDE
88.0 *TF
$ 211.00
$
18,568.00
STEEL END DEFLECTORS
2 SETS
$ 450.00
$
900.00
FREIGHT (DELIVERY OF CROSSING)
2 LS
$ 3,100.00
$
6,200.00
ACCOUNTING FEE 1 EA $ 243.00 $ 243.00
TOTAL COST TO CITY $ 25,911.00
*TF = Track Feet
C:\Users\jspencer\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\COH�TTIZ\[Exhibit B_Concrete_Crossing.xlsx]Laurel 4th Street
Page 1 of 1
DocuSign Envelope ID: 68175569-9i 81-473F-9333-CD427D467888
EXHIBIT "C"
Requirements for Contractors, Public Empl
(Hereinafter Referred to as Contractor) WI
Right of Way
(Note - these requirements do not apply to railroad v
working for the Railroad. Any railroad worker, contra
Railroad shall comply with the terms and conditions o
1.01 General
es, and Private Individuals
Working on the Railroad's
)rkers and/or contractors or firms
tor, or firm doing work for the
their contract)
1.01.01 The Contractor shall plan, schedule, �nd conduct all work activities so as
not to interfere with the movement of any trains on Railroad Property.
1.01.02 The Contractor's right to enter Railroad's F
of Railroad to cause the Contractor's work on Railroad
Railroad, Contractor's activities create a hazard to Rail
operations. Railroad has the right to stop construction,
following events take place: (i) Contractor (or any of i
work in a manner contrary to the plans and specificatic
Contractor (or any of its subcontractors), in Railroad's
a manner which is hazardous to Railroad property, faci
movement of railroad traffic; (iii) any of the insurance;
during the course of the Project. The work stoppage co
taken by Contractor or its subcontractor to rectify the s
Chief Engineer or his designee, or until additional insu
accepted by Railroad. Any such work stoppage under t
liability on the part of Railroad. Railroad's right to sto
rights Railroad may have including, but not limited to,
profits. In the event that Railroad desires to stop constr
agrees to notify the following individual as soon as po,
Kurt Markegard, P
City of Laurel
115 West 1St St
Laurel, MT 5904,
Phone: (406) 628-4'
Email: kmarkeizardalauri
It is understood that written notification by Railr(
Railway's employees, Property, and equipment in the
1.01.03 The Contractor is responsible for
Federal, State and Local Governmental laws and n
environmental, health and safety. The Contractor
and save the Railroad harmless from all fines or pe
Page 1 of 10
roperty is subject to the absolute right
s Property to cease if, in the opinion of
•oad's Property, employees, and/or
vork on the Project if any of the
:s subcontractors) performs the Project
ns approved by Railroad; (ii)
apinion, prosecutes the Project work in
.ities or the safe and expeditious
required by Railroad are canceled
itinues until all necessary actions are
tuation to the satisfaction of Railroad's
•ance has been delivered to and
its provision does not give rise to any
the work is in addition to any other
fictions or suits for damages or lost
action work on the Project, Railroad
Bible in writing:
.mt.gov
d may be secondary to safeguarding
vent of a hazardous or unsafe situation.
�termining and complying with all
lations, including, but not limited to,
ill be responsible for and indemnify
ties imposed or assessed by Federal,
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
State and Local Governmental Agencies
Contractor's work.
the Railroad which arise out of
1.01.04 For any demolition, false work above any tracks, or any excavations located,
whichever is greater, within twenty-five (25) feet of the nearest track or intersecting a
slope from the plane of the top of rail on a 11/2 horizontal to 1 vertical slope beginning
at eleven (11) feet from centerline of the nearest track both measured perpendicular to
center line of track, furnish the Railroad a pdf el ctronic file (with included working
drawings to be legibly printable on 11"x17" paper) showing details of construction
affecting Railroad Property and tracks. Ensure the working drawings include the
proposed method of installation and removal of falsework, shoring or cribbing, not
included in the contract plans and ensure each of the sets of plans includes complete
structural calculations of any demolition, falsework, shoring, or cribbing. For all
excavation and shoring submittal plans, the current u "BNSF-UPRR Guidelines for
Temporary Shoring" (htt www.bnsf.com in- e-communi df bnsf-u-shorin -
guide.pdf) must be used for determining design loa ling conditions to be used in shoring
design, and all calculations and submittals must be hi accordance with the current "BNSF-
UPRR Guidelines for Temporary Shoring". For all demolition and false work plans, the
current "BNSF Guidelines for Preparation of Bridge Demolition & Removal Plan Over the
BNSF Railroad" (htt www.bnsf.com in- he-communi df bnsf-demolition-
guideline.pdf) Sections I, I1, I11, IV and Appendixes rnust be followed. Ensure all submittal
drawings and calculations are sealed by a currently registered Professional Engineer
licensed in the State of Montana. Ensure all calculal ions take into consideration railroad
surcharge loading and are designed to meet American Railroad Engineering and
Maintenance -of -Way Association (previously known as American Railroad Engineering
Association)(AREMA) Coopers E-80 live loading sandard. The Railroad will notify the
City and Contractor of Railroad's comments, an Railroad will advise the City and
Contractor at the time when the Railroad has no objections to submittals. Contractor may
not begin work covered under submittals provided in accordance with this section until
Railroad has provided, in writing, a statement of no objections. The Contractor will be
required to use lifting devices, such as cranes and/or winches, to place or to remove any
false work over Railroad's tracks. The Contract r is in no way to be relieved of
responsibility for results obtained by the implementation of said plans. Railroad has 30
calendar days to review each submittal and provide comments.
1.01.05 Subject to the movement of the ailroad's trains, the Railroad will
cooperate with the Contractor such that the work ay be handled and performed in an
efficient manner. The Contractor shall have no clai I whatsoever for any type of damages
in the event his work is delayed by the Railroad.
1.01.06 The Contractor shall take protective i
Railroad's facilities, including track ballast, free of
and materials resulting from his operations. Any c
from Contractor's operations will be repaired or re
such repairs or replacement shall be paid for by th
Works Engineer as listed in this Section at least
Page 2 of 10
neasures as are necessary to keep the
and, debris, and other foreign objects
amage to Railroad facilities resulting
placed by the Railroad and the cost of
e Contractor. Notify Railroad's Public
two weeks prior to the anticipated
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
substantial completion of the Project to arrange
agreeable date and time for Railroad and Contractor
Notify the Railroad's Director of Engineering
a site inspection at a mutually
Missoula. MT 59808 and provide blasting plans to he Railroad for review and approval
at least seven (7) calendar days prior to conducting ny blasting operations adjacent to or
on Railroad's Property.
1.01.07 The Contractor shall abide by the fo
maintenance or improvements.
Abide by the following temporary clearances
15'-0" Horizontally from center line of
clearances during construction,
construction:
track.
22'-6" Vertically above top of rail (temporary falsework clearance may be reduced
to 21'-6" Subject to specific Railroad 6proval)
27'-0" Vertically above top of rail for ele
28'-0" Vertically above top of rail for
volts
30'-0" Vertically above top of rail for electric
volts
34'-0" Vertically above top of rail for
volts
Upon completion of the project, ensure the fo
25' Horizontally from centerline of n
23'-4" Vertically above top of rail
wires carrying less than 750 volts
wires carrying 750 volts to 15,000
s carrying 15,000 volts to 20,000
wires carrying more than 20,000
clearances have been maintained:
track
1.01.08 The Contractor shall not move any equipment or materials across the
Railroad's track unless at a public road crossing o at an approved temporary crossing
and permission has been obtained from the Railroad.
1.01.09 Discharge, release or spill on R�
substances in excess of a reportable quantity or ar
Contractor shall immediately notify the Railroad's
of any discharge, release or spills. Contractor shall r
a treatment or storage facility as those terms are
and Recovery Act or any state analogue.
Page 3 of 10
-oad Property of any hazardous
hazardous waste is prohibited, and
lief Dispatcher at 1(800) 338-4750,
allow Railroad Property to become
fined in the Resource Conservation
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
1.01.10 The Contractor, upon completion of 1
promptly remove from the Railroad's Property
implements and other materials, whether brought
or any subcontractor, employee or agent of Contrz
cause the Railroad's Property to be left in a a
representative.
1.02 Protection of Railroad Facilities and
1.02.01 To initially commence flagging and/or b
period of non-use of flagging, give a minimum of
Railroad's Director of Engineering Jim Bieber, a
when flagging services are required in order to bulle
labor agreement requirements. If flagging service
Contractor, and it is subsequently determined by tI
are no longer necessary, provide a minimum of five
the Public Works Engineer and Roadmaster per SE
per Railroad's labor agreements.
work covered by this contract, shall
of Contractor's tools, equipment,
on said property by said Contractor
ir or of any subcontractor, and shall
lition acceptable to the Railroad's
Flagger Services:
resume flagging after an extended
thirty (30) calendar days notice to
L jbieber@mtrail.com in advance of
:in the Flagger position per Railroad's
s are scheduled in advance by the
parties hereto that Flagger services
(5) business days notice in writing to
ction 1.01.06 to abolish the position
1.02.02 Once the Project has commenced, submit schedules of required flagging needs
to Railway's local Roadmaster, local Assistant Roadmaster, and Director of Engineering
and any persons designated by the CITY on a weekly basis. Submit schedules for the
subsequent week's flagging needs. Submit schedules lectronically by email to the addresses
provided by the Railroad not later than 1.400 hours 2 m every Thursday. The weekly
schedule is needed for Railroad's work force utilization. Failure to submit a weekly flagging
schedule may result in a Flagger not being assigned to he Project when needed by Contractor.
Ensure the required flagging needs emails contains the following information each week: Dates
of Schedule, Days of Week, Flagger Needed (Yes/No�, Contractor Work Hours, Brief Work
Description. An example of one day of such a schedul is as follows:
Date Day Flagger Yes/No
Jan 14 Mon Flagger Yes
1.02.03 Railroad Flagger and protective services
when Contractor's work activities are located ov
feet measured horizontally from center line of t
and when cranes or similar equipment position
track center line that could foul the track in the
occurrence, but not limited thereto for the follow
1.02.03a When in the opinion of the Raili
Works Engineer, it is necessary to safegu
trains; engines; and facilities, or when other
Page 4 of 10
actor Hours Work Description
1730 Setting forms
id devices are required and furnished
or under and within twenty-five (25)
nearest track or railroad structures
outside of 25 -foot horizontally from
rent of tip over or other catastrophic
g conditions:
ad's Flagger, Roadmaster, or Public
-d Railroad's Property; employees;
Dnditions warrant.
DocuSign Envelope ID; 68175569-9881-473F-9333-CD427D467888
1.02.03b When any excavation is performel below the bottom of tie elevation, if,
in the opinion of Railroad's Flagger, Roadma ter, or Public Works Engineer, track
or other Railroad facilities may be subject to Imovement or settlement.
1.02.03c When work in any way interfere with the safe operation of trains at
timetable speeds.
1.02.03d When any hazard is presented Ito Railroad track, communications,
signal, electrical, or other facilities either du to persons, material, equipment, or
blasting in the vicinity.
1.02.03e Special permission must be obtai ed from the Railroad before moving
heavy or cumbersome objects or equipmet which might result in making the
track impassable.
1.02.04 Flagging services are performed by a qualified Railroad Flagger. The sole and
exclusive function of the Flagger is to protect Railroad's operations from interference by,
and adverse effects from, the Contractor's activities on Railroad Right of Way.
Performance of this function includes, but is not limited to: (1) setting any required
protective devices and making all necessary communications with Railroad's operating
groups prior to Contractor's work start time, (2) a required Job Briefing with the
Contractor's on-site crew boss each day prior to wok commencement, (3) providing the
Contractor with advance notice of approach of railr ad owned and/or operated trains or
other "on -track" equipment, and (4) removing req fired protective devices and making
necessary communications with Railroad's operati ig groups after Contractor work has
ceased. Upon notice of approach, Contractor empl yees must immediately cease work
within 25 feet of tracks and/or place cranes which are in positions to foul tracks in the
event of a tip over into safe configurations and move to the places designated in the
morning job Briefing. Railroad flagging personnel d 3 not have the authority to modify or
change the contract plan or specifications. Obey any Flagger safety instructions
immediately and without question. Failure to omply may result in Project shut
down until the situation can be resolved toRailroad's sole satisfaction and/or
additional consequences for the Contractor. Direct questions or requests for
modifications, changes, or interpretations of the contract plans and/or specifications,
which require railroad approval, to the railroad's Public Works Engineer as listed in
Section 1.01.06.
Page 5 of 10
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
1.02.05 The cost of Flagger services provided by th
The current base cost per hour for one (1) Flagge
allowance, paid holidays, Railroad and Unemployn
Property Damage Insurance, health and welfare bei
and supervision for an eight (8) -hour basic day with
non-standard start work times, overtime, rest days
rates may be charged if paid to Flagger by Railroad':
will be an estimated current $30.00 per hour charg
headquarters to set protective devices, while at Pr(
then return to headquarters. This rate is for the cla:
shown solely for the Contractor's information, and t:
labor will actually be used or that the rates of pay sh
at the time the work is undertaken. These rates are
result from Railroad Employees -Railroad Manager
authorized by Federal authorities. The flagging rate:
by the Contractor hereinunder are used to calculate
to this Section 1.02.
1.02.05a A Flagger generally consists of one
personnel may need to be assigned as a Flaggi.
Additional personnel including, but not limit
and/or Signalmen, used to protect communis
required to protect Railroad Property and of
Railroad Supervisor.
1.02.05b Each time a Flagger is called, the minis
hour basic day, provided the Contractor has been
However, two exceptions may raise the minim
provided for in Railroad's labor agreement, wa
billing period includes the overtime plus the mini
work schedule for the Contractor has been 10-h
is the 10 -hour day, plus any overtime performed
1.03 Contractor Safety Requirements
Railroad will be borne by the CITY.
is $50.50 which includes vacation
tent: Insurance, Public Liability and
refits, transportation, meals, lodging
time and one-half or double time for
.nd holidays. Per diem at the current
labor agreements. In addition, there
for vehicle rental, or mileage, from
ject site, remove protective devices,
sification of Laborer 5+ Years and is
sere is no guarantee that this class of
awn in column will be those in effect
subject to any increases which may
lent negotiations or which may be
in effect at the time of performance
the actual costs of flagging pursuant
) employee. However, additional
Crew at Railroad's sole discretion.
to, Communications Technicians
ons and signal facilities, may be
ations, if deemed necessary by a
xm period for billing is the eight (8)-
,orking 8 -hour days during the week.
n billing period: (1) if overtime, as
performed on a day, the minimum
ium 8 -hour day, and (2) if the typical
zr days, the minimum billing period
iat day.
1.03.01 Work in the proximity of railroad track(s) is potentially hazardous where
movement of trains and equipment can occur at any time and in any direction. Ensure all
work performed by Contractors within 25 feet of the centerline of any track(s) is in
compliance with Federal Railroad Administration Roadway Worker Protection
regulations.
1.03.02 Any Contractor employee, its subconi
under suspicion of being under the influence of dru
same, will be removed from the Railroad's Proper
custody of a representative of the Contractor. Futur(
that employee will be denied.
Page 6 of 10
ractor's employee, agents or invites
;s or alcohol, or in the possession of
y and subsequently released to the
access to the Railroad's Property by
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
1.03.03 All persons are prohibited from havii
of three (3) inches, firearms or other deadly weap(
on Railroad Property.
1.03.04 All personnel protective equipment
applicable OSHA and ANSI specifications. Contra
requirements are; a) safety glasses with side sl -
hardened toe, above -the -ankle lace -up with a
retro -reflective orange vests. Hearing protection,
worn as required by State and Federal regulations.
1.03.05 The Contractor shall not pile or
equipment closer than 25'-0" to the centerline
highway/rail at -grade crossings, materials, machin
or left temporarily which interferes with the sight d
crossing. Prior to beginning work, the Contractor rr
area with concurrence of the Railroad's represental
pocketknives with blades in excess
is in their possession while working
sed on Railroad Property shall meet
or personnel protective equipment
;lds, b) hard hats, c) safety shoes:
efined heel and d) high visibility
11 protection and respirators will be
;tore any materials, machinery or
of the nearest Railroad track At
pry or equipment shall not be stored
stances of motorists approaching the
ay establish a staging and/or storage
1.03.06 Machines or vehicles must not be left unattended with the engine running.
Parked machines or equipment must be in gear with brakes set and, if equipped with
blade, pan or bucket, they must be lowered to the ground. All machinery and equipment
left unattended on Railroad Property must be 1 ft inoperable and secured against
movement.
1.03.07 Contractor must not create and leave any temporary or permanent
conditions at the work site that would interfere with water drainage. Any work performed
over water shall meet all Federal, State and Local regulations.
1.03.08 Contractor must immediately report
any hazard that is noticed on passing trains, to t.
project site or to Railroad's Emergency Hotline at 1
machine which has or may have come in contac
structure and could result in a train derailment b
Railroad Flagger if present at the job site or to the R
498-4838.
1.04 Excavation
1.04.01 Before excavating, it must be ascerta
underground pipe lines, electric wires, or cables, in
either cross or run parallel with the track which
area. Excavating on Railroad Property could result
in delay to Railroad traffic, including disruption of
interruptions involving loss of revenue and profits
days before any excavation commences, the Con
Page 7 of 10
ly damage to Railroad's Property, or
Railroad Flagger if present at the
00-498-4838. Report any vehicle or
with a track, signal equipment, or
the quickest means possible to the
[road's Emergency Hotline at 1 -800 -
zed by the Contractor if there are any
luding fiber optic cable systems, that
re located within the project's work
in damage to buried cables resulting
service to users resulting in business
A minimum of three (3) business
ractor must contact the Railroad's
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
Signal Supervisor Nathan Kluck at (406) 570-5�
(406) 698-8882 and advise them of the upcon
arrange for any signal and communications
personnel. If neither the Signal Supervisor nor ti
Railroad's main office at (406) 523-1440 and ac
the situation. Railroad is not a party to One
overhead wires must be considered HIGH VOLTAGE
company having ownership of the line. It is also th
any other companies that have underground utili
location of all underground utilities before excavati
1.04.02 The Contractor must cease all wore
immediately before continuing excavation in the
encountered. If the obstruction is a utility, and the
then the owner should also be notified immediat
location of underground cables or lines of any kine
exact location has been determined. There will be I
93 and Roadmaster Russ Young at
ing excavation and allow them to
ines to be located by Railroad's
e Roadmaster are reached, contact
vise the Director of Engineering of
:all Locates. All underground and
and dangerous until verified with the
Contractor's responsibility to notify
les in the area and arrange for the
and the Railroad must be notified
area if unexpected obstructions are
owner of the utility can be identified,
ly. If there is any doubt about the
no work will be performed until the
i exceptions to these instructions.
1.04.03 All excavations shall be conducted in compliance with applicable OSHA
regulations, and regardless of depth, shall be shored where there is any danger to tracks,
structures or personnel.
1.04.04 Any excavations, holes or trenches on Railroad Property must be covered,
guarded and/or protected when not being worked on. When leaving work site areas at
night and over weekends, all areas must be secured ind left in a condition that will ensure
that Railroad employees and other personnel who may be working or passing through the
area are protected from all hazards. All excavations ipust be back filled as soon as possible.
1.05 Hazardous Waste, Substances and Material 4eporting
1.05.01 If Contractor discovers any ha
petroleum or other deleterious material,
non -containerized commodity or material, on or
near any surface water, swamp, wetlands or v
under this Agreement, Contractor shall imme,
Dispatcher at 1-800-338-4750, of such discov
protect its employees, subcontractors, agents ar
care with respect to the release, including the
minimize the impact of such release.
1.06 Insurance Requirements
:a dous waste, hazardous substance,
in luding but not limited to any
rd acent to the railroad's Property, in or
at rways, while performing any work
lia ely: (a) notify the Railroad's Chief
:ry: : (b) take safeguards necessary to
I/ )r third parties: and (c) exercise due
to Cing of any appropriate measure to
1.06.01 For projects involving constructiu
Property or Right of Way, the Contractor will provii
to the current requirements of the Railroad. The c
Railroad can be obtained from the Public Works
Page 8 of 10
or demolition on the Railroad's
proof of insurance which conforms
-rent insurance requirements of the
ngineer at (406) 523-1440. Unless
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
specifically notified that Railroad Protective Inst
should assume Railroad Protective Insurance is a
Property or Right of Way.
1.07 Personal Injury Reporting
1.07.01 The Railroad is required to report cei
Federal Railroad Administration (FRA) reportii
sustained by an employee of the Contractor, subco
ce is not required, the Contractor
uirement of any work on Railroad
n injuries as a part of compliance with
requirements. Any personal injury
actor or Contractor's invites while on
the Railroad's Property must be reported immediately (by phone mail if unable to contact in
person) to the Railroad's representative in charge of the project. The Non -Employee
Fax to the Railroad at 1(406) 523-1529 and a copy
later than the close of shift on the date of the injury.
Page 9 of 10
to the Railroad's Flagger, if present, no
DocuSign Envelope ID: 68175569-9881-473F-9333-CD427D467888
NON-EMPLOYEE PERSONAL INJURY ATA COLLECTION
INFORMATION REQUIRED TO BE COLLECTED PURSUANT FO FEDERAL REGULATION. IT SHOULD
BE USED FOR COMPLIANCE WITH FEDERAL REGULATIONS ONLY AND IS NOT INTENDED TO
PRESUME ACCEPTANCE OF RESPONSIBILITY OR LIABILITY.
1. Accident City/St _ 2. Dat : Time:
County:
5. Social Security #
6. Name (last, first, mi)
7. Address: Street:
8. Date of Birth:
3. Tenl6erature:
City:
and/or Age
(if available
9. (a) Injury: (b) Body Part:
[i.e. (a) Laceration (b) Hand]
11. Description of Accident (to include location, action,
12. Treatment:
G First Aid Only
G Required Medical Treatment
G Other Medical Treatment
13. Dr. Name
14. Dr. Address:
Street: City: _
15. Hospital Name:
16. Hospital Address:
Street: City: _
17. Diagnosis:
t, etc.):
30. Date:
FAX TO
RAILROAD AT (406) 52 -1529
AND COPY TO
RAILROAD FLAGGER (IF PRESEN7.
Page 10 of 10
4. Weather
_ St. Zip:
Gender:
St: Zip:
St Zip: