Loading...
HomeMy WebLinkAboutResolution No. R20-22RESOLUTION NO. R20-22 A RESOLUTION OF THE CITY COUNCIL AUTHORIZING THE MAYOR TO SIGN A CONTRACT BETWEEN THE CITY OF LAUREL, STATE OF MONTANA, AND MONTANA RAIL LINK INC. FOR CONSTRUCTION WORK ON A RAILROAD CROSSING LOCATED WITHIN THE CITY OF LAUREL. BE IT RESOLVED by the City Council of the City of Laurel, Montana: Section 1: Approval. The Contract between the City of Laurel, State of Montana Department of Transportation, and Montana Rail Link Inc. for work on the railroad crossing described within the Contract. A copy of the Contract is attached hereto and is hereby approved. Section 2: Execution. The Mayor and City Clerk of the City of Laurel are hereby given authority to execute said contract on behalf of the City. Introduced at a regular meeting of the City Council on April 28, 2020, by Council Member Herr. PASSED and ADOPTED by the City Council of the City of Laurel, Montana, this 281h day of April 2020. APPROVED by the Mayor this 28'h day of April 2020. CITY OF LAUREL C. Nelson, Mayor' Clerk -Treasurer Sam Painte'r Civil City Attorney R20-22 City, State DOT, and Montana Rail Link Construction Contract DocuSign Envelope ID: ABA6183C-1 9F4-4761 -A230-4342699B2071 GRADE CROSSING SIGNALS AND SURFACE TRI -PARTY AGREEMENT RRXING-5TH AVE -LAUREL RRP-RRS 6999(12), [9768] LAUREL, MONTANA LS — Jones Junction to West Laurel RR Milepost 15.470 SUB. I st U.S. DOT 104 007M 'THIS AGREEMENT, made this 6th day of may , 2020, between the State of Montana, acting through its Department of Transportation, hereinafter called "STATE", City of Laurel, a Municipal Corporation of the State of Montana, herein represented and acting through its City council, hereinafter called the "CITY", and Montana Rail Link Inc., a Montana Corporation, hereinafter called the "RAILROAD"; WITNESSETH: WHEREAS, in the interest of aiding vehicular travel and public safety, the STATE is undertaking a: project RRP-RRS 6999(12), [9768], to upgrade the existing at -grade crossing signals and activation equipment and improved crossing surfaces as shown in the scope of work. This project is located at crossing U.S. DOT 104 007M as indicated on Exhibit "A" attached hereto and by this reference made a part hereof; WHEREAS, Mont. Admin. R. § 18.6.311 provides that CITY will own the railroad signal; WHEREAS, it is established by 23 CFR § 646.210 that the RAILROAD will receive no ascertainable benefit from the installation of the crossing signal equipment; WHEREAS, the STATE will pay 80 percent and RAILROAD will pay 20 percent of the acquisition and installation of crossing signal equipment. WHEREAS. STATE will pay 100 percent of all materials necessary for the installation of the improved crossing surfaces using the approved lumps sum cost of materials based on the installed length of the improved crossing surfaces. WHEREAS, utilizing STATE and Federal Section 130 funds, the STATE will reimburse RAILROAD actual cost of labor and material with STATE and federal funds for signal installation and lump sum cost of materials for the improved crossing surfaces based on the installed length of the improved crossing surfaces. WHEREAS, the RAILROAD consents to acquire and install the crossing signal equipment and improved crossing surfaces as shown in the scope of work, and upon the terms and conditions herein stated NOW, THEREFORE, in consideration of the mutual covenants herein contained, the parties agree as follows: SCOPE OF WORK A. SIGNAL WORK RAILROAD will provide: 1. Engineering and acquisition of material for signal work. DocuSign Envelope ID: ABA6183C-19F4-4761-A230-4342699B2071 2. Installation of constant warning time circuitry. 3. Total replacement of existing system with new mast mounted 12 -inch LED flashing lights and gates in accordance with the Manual on Uniform Traffic Control Devices (MUTCD). 4. Installation of new signal bungalow a minimum of 30 feet from shoulder of roadway in accordance to the MUTCD. B. IMPROVED CROSSING SURFACE MATERIALS 1. RAILROAD will provide crossing surface materials including any necessary upgrades to the track structure to accommodate three (3) approximately seventy-three and 1/8th (73.125') -foot long improved crossing surfaces in accordance with RAILROAD's recommended installation practices. 2. STATE will reimburse RAILROAD based on actual length of surface installed at a rate of $461 per foot of concrete surface. 3. RAILROAD will notify CITY and STATE not less than ten (10) working days prior to starting crossing surface work. C. NON -PROJECT FUNDED RAILROAD WORK RAILROAD will, at no cost to STATE or CITY: 1. Provide all labor and equipment necessary for the installation of the improved crossing surface material including any labor and equipment to upgrade the track to accommodate the improved crossing surfaces. 2. Provide railroad flagging deemed necessary for the installation of the improved crossing surface. 3. Provide qualified railroad flagging for asphalt roadway repairs and concrete sidewalk and curb & gutter repairs D. NON -PROJECT FUNDED CITY WORK CITY will: 1. At its own cost and expense provide all barricades, lights, roadway flagmen or traffic control devices necessary for not more than three (3) days during the construction of the crossing involved. All parties agree the roadway through the crossings will be closed to vehicular traffic during the installation of the crossings. 2. Maintain any temporary roadway surface between the new improved surfaces and the asphalt saw cuts on the existing roadway. 3. Asphalt patch roadway (including between tracks) and pour new sidewalks and curb & gutters to match new improved crossing surfaces. CITY will utilize full depth expansion materials between all, new concrete at sidewalks and curb & gutters and the improved (concrete) crossing surfaces. 4. Ensure highway -rail grade crossing advance warning signs and if applicable, pavement markings are in place. VA DocuSign Envelope ID: ABA6183C-19F4-4761-A230-4342699B2071 The crossing signal equipment will be installed at the railroad grade crossing shown on Exhibit "A" attached, in accordance with the Manual on Uniform Traffic Control Devices and in accordance with plans and estimates prepared by the RAILROAD and approved by the STATE and Federal Highway Administration. III COSTS PAID BY STATE Eighty percent (80%) of the cost of engineering, materials, and labor to install the crossing signal equipment and one hundred percent (100%) for improved crossing surface materials using the approved lumps sum cost of materials based on the installed length of the improved crossing surfaces will be paid by the STATE, as provided in 23 Code of Federal Regulations, including but not limited to Parts 1, 140 (subpart 1), 172, 646, hereafter referred to as "23 CFR", which is hereby incorporated into and made part of this agreement by reference. II N. a mm., - RAILROAD may utilize contractors under the procedure found in 23 CFR 646.216 for engineering, procuring materials, and installing the signal system. Costs billed by contractor(s) will be in accordance with contract bid. Contract language between RAILROAD and contractor will reference 23 Code of Federal Regulations, including but not limited to parts 1,140 (subpart 1) 172, 646, and 48 Code of Federal Regulations, including but not limited to Chapter 1, Part 31. All work will be in accordance with State and Federal laws and as described herein. The RAILROAD may use its own forces, and under its own labor agreements, to install the crossing signal equipment. The RAILROAD will furnish all materials from its store stock or by purchase in accordance with the provisions of 23 CFR. V PE COSTS The STATE will pay a $1,414.00 lump sum payment for preliminary engineering costs to be included in the first bill submitted by the RAILROAD. Preliminary engineering includes all costs incurred for developing this agreement. The RAILROAD will provide a detailed estimate of RAILROAD engineering, contractor engineering, labor and material costs required for this project. The estimate will be titled Exhibit "B", attached hereto and by this reference made part hereof. If electrical service is required from a public utility, the RAILROAD will provide an estimated installation cost in Exhibit "B". The STATE will pay actual cost for any RAILROAD engineering, labor, materials and third party charges for the installation of electrical service. DocuSign Envelope 10: ABA6183C-19F4-4761-A230-434269982071 VII SALVAGE VALUE The RAILROAD has reviewed and inspected the materials in the field prior to signing this agreement. The salvage value of the materials, if any, will be credited to the protect cost by the RAILROAD and is shown on Exhibit "B". The RAILROAD will dispose of all scrap from the railroad's work covered in this agreement at STATE expense, except scrap from the installation of the improved crossing surface will be done at RAILROAD expense. Vin RR BILLING TO STATE The RAILROAD may submit progress bills to the STATE during the progress of the work included in this agreement for the actual cost of services and expenses incurred by the RAILROAD. Actual cost reimbursement will be in accordance with the provisions of 23 CFR. It is further agreed that the RAILROAD will make every effort to finalize and complete billing of all incurred costs no later than six (6) months after installation. All cost records of the RAILROAD and its contractor and subcontractor pertaining to this project will be subject to inspection and audit at any time by representatives of the STATE, including the legislative auditor and fiscal analyst, and the Federal Highway Administration. All such records will be retained for a period of not less than three (3) years from the date of final payment. Ix OPERATION AND MAINTENANCE Upon completion of the installation of the crossing signal equipment, the RAILROAD, at its expense, will operate and maintain the crossing signal equipment in a proper condition; provided, however, in the event of passage of law by the State of Montana or other governmental authority providing for the apportionment of cost of maintenance of grade crossing signals, the RAILROAD will have the benefit of such law. Upon completion of the installation of the crossing surfaces, future repair and maintenance of the supporting tracks and improved crossing (concrete) surfaces will be performed by the RAILROAD at its expense to the extent mandated by the laws and administrative rules of the State of Montana. The RAILROAD and the CITY shall be entitled to r=ive any contribution toward the cost of such maintenance and repair as may be now or hereafter made available by reason of any law, regulation, order, grant or by other means or sources. X SIGNAL OWNERSHIP 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. DocuSign Envelope ID: ABA6183C-1 9174-4761 -A230-4342699B2071 If a railway or a highway improvement project necessitates a rearrangement, relocation, or alteration of the signals at this crossing, the party whose improvement causes such change will pay the cost thereof. XII NONDISCRIMINATION If the RAILROAD, with STATE approval, enters into a contract or agreement with a contractor to perform any of the work which the RAILROAD is required to perform under the terms of this agreement, the RAILROAD, for itself, its assigns, and successors in interest, agrees that it will not discriminate in the choice of contractors and will include all the nondiscrimination provisions set forth in Exhibit "C" attached hereto and made a part hereof, in any such contract or agreement. Whoever performs the work described in paragraph IV, above, whether it is the stated contractor, a different contractor, or the RAILROAD, must comply with the Federal and State requirements of Exhibit "C". XIII BUY AMERICAN Products permanently incorporated into the work are subject to the Federal Buy America requirements as set forth in 23 CFR 635.410. Buy America requirements apply to all steel or iron materials for permanent incorporation in the work. The steel or iron material must have all manufacturing process occur in the United States. "Manufacturing" includes all processes that affect the size, shape, and finish of the steel (coating, forming, plating, galvanizing, etc.). Buy America Certification must be provided to the State prior to commencement of work. XIV SIGNAL DAMAGE In the event that the signal equipment is damaged the RAILROAD'S Chief Engineer or his/her designee will notify the county or city law enforcement within two (2) working days from the date which such damage occurred. Pursuant to Mont. Admin. R. § 18.6.311(3), the CITY will pay for the repair or replacement cost (damage maintenance cost) of the signal and activation equipment in the event of damage and the responsible party for the damage cannot be identified or will not pay. XV REPLACEMENT If any of the crossing signal equipment installed pursuant to this agreement cannot, through age, be maintained, or by virtue of their obsolescence require replacement, the cost of installation of new crossing signal equipment will be negotiated by the parties hereto on the basis of the current Federal Aid Railroad Signal Program participation and applicable STATE signal warrants at the time of replacement. XVI ADVANCE WARNING SIGNS & MARKINGS DocuSign Envelope ID: ABA6183C-1 9174-4761 -A230-4342699B2071 The CITY will have in place highway -rail grade crossing advance warning signs, and, if applicable, grade crossing pavement markings in accordance with the Manual on Uniform Traffic Control Devices at this crossing. See Exhibit "D" attached hereto and by this reference made part hereof, for partial details. The CITY assumes full responsibility for the maintenance of highway -rail grade crossing advanced warning signs and grade crossing pavement markings placed on CITY road, and agrees to hold harmless and indemnify the STATE and RAILROAD for any claim, (including attorney's fees), damages of loss, in whole or in part, caused by or due to the failure to maintain the highway -rail grade crossing advance warning signs, and, if applicable, grade crossing pavement markings. XVII STATE ADMINISTER PROJECT In addition to the terms herein set forth, the STATE agrees to administer the project with respect to the inspection and acceptance. The STATE's obligation will end upon acceptance of the completed said project and reimbursements to the RAILROAD. XVIII SUPERSEDED AGREEMENT This agreement supersedes agreement RRP 56(17), dated October 11, 1988 and makes agreement RRP 46(17) null and void. This agreement will inure to the benefit of and be binding on the parties hereto, their successors, and assigns. APPROVED FOR LEGAL CONTENT 31 Signature Date AP'VhXPROVAL )UA,� _� Signature Date I STATE OF MONTANA DEPARTMENT OF TRANSPORTATION BY: FStWted by: -77_). - :E� P.E. Preconstruction Engineer MONTANA RAIL LINK INC. Docuftned by: BY: Heat e'cr'ffa'f rson­ VP Finance and Accounting DocuSign Envelope ID: ABA6183C-19F4-4761-A230-434269962071 D"uftmd by: ATTESTE—f d CITY OF LAUREL [- DocuStgned by: BY 4 AF877EE4A9364CE TITLE: Mayo r DocuSign Envelope ID: ABA6183C-19F4-4761-A230-434269982071 EXHIBIT "A„ c 0 N Ed CD N M C. M to LL T OD m P Aho 3n V NOW p,P`� 3AV1S 3AV MoN� P a VNVl 4ON Z N LC 69-n 0� 1S6 3AV 1S6 3AV Q6 S aNZ ONZ N 3AV OLI£ nV 14 3n 23E o t- P� �- - N r 3nV HIS Jn H1V 3AV NOI1VONno3 ZOZ AAMAH 3n NO1JNiHSV Z H19 N Ntsmoommax,ow N Nt sm3 3nV H1L 3n H19 lc 3AV_030 caJ 3AV UV3nV no,v- V 3AV u >N t�5' L S. ,,.. ... pF :;_ 3AV H18 3n H1L O O ``' 8 N9069 -n ___]__N9O69-n t5 c r- c o - 9TH AVE S v 3AV NOI1VONno3 ZOZ AAMAH 3n NO1JNiHSV S A'&�O. N Ntsmoommax,ow N Nt sm3 t;4 4 N lc 3AV_030 3AV UV3nV no,v- 3AV Mir. DocuSign Envelope ID: ABA6183C-19F4-4761-A230-434269982071 DocuSign Envelope ID: ABA6183C-1 9F4-4761 -A230-4342699B2071 EXHIBIT "B" MONTANA RAIL LINK ESTIMATE UPGRADE SIGNAL SYSTEM AND INSTALL CONC. CROSSING SURFACES 5TH AVENUE, DOT# 104007M, RR MP 15.470, 1ST SUB. MDT PROJECT RRP-RRS 6999(12, [9768] LAUREL, YELLOWSTONE COUNTY, MONTANA 03/31/2020 DETAILED ESTIMATE OF COST ITEM QUANTITY UNIT UNIT COST ($) TOTAL COST ($) SUPERVISOR TIME $ 73.50 $ 73.50 1 MAINTAINER $ SIGNAL SUPERVISOR 16 HRS $ 99.25 $ 1,588.00 LABOR TOTAL $ 354.00 SIGNAL CREW INSTALL NEW UG CABLE AND PED 40 HRS $ 277.50 $ 11,100.00 INSTALL BUNGALOW/FIELD WIRE 40 HRS $ 277.50 $ 11,100.00 INSTALL MASTS AND LIGHTS 20 HRS $ 277.50 $ 5,550.00 TRAVEL AND MOB 16 HRS $ 277.50 $ 4,440.00 CUTOVER CREW TEST/INSPECT NEW EQUIPMENT 18 HRS $ 354.00 $ 6,372.00 PLACE SIGNALS IN SERVICE 10 HRS $ 354.00 $ 3,540.00 OVERTIME AND MILEAGE $ 42,102 10% $ 4,210.20 SIGNAL CREWS PER DIEM 94 UNITS $ 94.50 $ 8,835.75 EQUIPMENT USAGE FOR SIGNALS HY-RAIL PICKUP 44 HRS $ 30.25 $ 1,331.00 BOOM TRUCK - SIGNAL 101 HRS $ 96.00 $ 9,696.00 SIGNAL TRUCK 94 HRS $ 46.50 $ 4,371.00 BACKHOE 40 HRS $ 88.00 $ 3,520.00 TRAILER 16 HRS $ 7.00 $ 112.00 MATERIAL RAIL, STD, 136#, CWR 219.375 LF $ 416.00 $ 91,260.00 XING SIGNAL PACKAGE(EXHIBIT Bl) 1 EA ######## $ 237,369.00 MISC. CHARGES DRESS ROCK & ROAD MIX - SIGNAL 1 LS $ 1,200.00 $ 1,200.00 POWER SERVICE - SIGNAL 0 LS $ - $ - CONTRACT BORING - SIGNAL 1 LS $ 10,000.00 $ 10,000.00 FILL - SIGNAL 1 LS $ 1,500.00 $ 1,500.00 MINI EXC. RENTAL - SIGNAL 1 LS $ 1,500.00 $ 1,500.00 ACCOUNTING FEE 3 EA $ 255.00 $ 765.00 TOTAL PROJECT COST $ 419,359.95 SUBTOTAL 80% OF SIGNAL UPGRADE $ 262,479.96 SUBTOTAL 100% OF XING MATERIALS $ 91,260.00 COST TO BE FUNDED BY STATE OF MONTANA $ 353,739.96 COST TO BE FUNDED BY MRL $ 65,619.99 CUTOVER CREW 1 FOREMAN $ 73.50 $ 73.50 1 MAINTAINER $ 76.50 $ 76.50 4 LABORERS $ 51.00 $ 204.00 6 TOTAL $ 354.00 HOURLY HOURLY SIGNAL CREW WAGE COST 1 FOREMAN $ 73.50 $ 73.50 4 LABORERS $ 51.00 $ 204.00 5 TOTAL $ 277.50 S:\mrleng\NWB\1st Sub\Public Projects\5th Ave Xing Signal and Surface [9768]\[EXhB_5thAve_Laurel.xlsx]5th Avenue in Laurel DocuSign Envelope ID: ABA6183C-19F4-4761-A230-434269982071 Exhibit B1 ALSTOM SIGNALING OPERATION, LLC North America 2712 S. Dillingham Road Grain Valley, MO 64029 www.alstom.com February 25, 2020 Alstom Quote Number (QN): 2020-417725 Mr. Jeremy Martin Director of Signal & Communication Montana Rail Link 101 International Drive Missoula, MT 59808 Office: 406-523-1535 jmartinr@mtrail.com SUBJECT: Montana Rail Link 51h Avenue Laurel, Montana Project Dear Mr. Martin, In response to the Montana Rail Link (MRL) request, Alstom Signaling Operation, LLC (Alstom) is pleased to provide a proposal for the 5th Avenue Laurel, Montana Project. The proposed equipment and services are described below. The accompanying material list that identifies the proposed equipment and quantities is attached hereto. Sth Avenue Laurel, Montana Alstom's Total Quoted Price is: $237,369. Sth Avenue Price Materials $ 221,456 Control Shelter Assembly and Wiring 5 5,606 Gate Assembly and Wiring $ 1,300 Application Design Services $ 9,007 Total $ 2371369 Alstom's total quoted price for your solution is set out herein in U.S. Dollars, shipment shall be per Incoterms 2010 Ex - Works Louisville, KY, and is exclusive of all taxes, tariffs, licenses, bonds, and permits as stated in the Standard Terms and Conditions of Sale. This proposal will remain valid for sixty (60) days from the date of this letter. Delivery is estimated to be approximately 90 days after receipt of a purchase order and the finalization of engineering details, but actual delivery times may vary. Payment terms are net thirty (3o) days. Please reference 2020-417725 when ordering this equipment. Purchase orders should be sent to Eduardo Luckie at: Alstom Signaling Operation, LLC Attention: Eduardo Luckie 2712 S. Dillingham Rd. Alstom Signaling Operation, LLC DocuSign Envelope ID: ABA6183G19F4-4761-A230-4342699B2071 Exhibit B1 Grain Valley, MO 64029 Mobile : 1 (816) 518 1257 Eduardo. Luckier@alstomgroup.com Alstom welcomes the opportunity to provide a solution to your transportation needs. If you have any questions or require any further assistance, please feel free to contact us. Thank you, Eduardo Luckie Senior Sales Manager Mobile : 1 (816) 518 1257 Enc. Material List cc: Paul Kleinhenz Marc Nicolas General Proposal Terms: 1. This quotation is a financial proposal only and does not contain language suitable for a legal offer or a contract Any eventual contract based on this proposal shall be pursuant to Alstom's current conditions of Sale or as mutually agreed to in separate writing between the parties. 2. Equipment will be invoiced at the quoted price when shipped, and/or Services will be invoiced at the quoted price when delivered. 3. Alstom reserves the right to subject orders to a credit limit or other approved terms of payment 4. In the event there are any discrepancies between your specification and the proposed solution, Alstom agrees to work with you to find a mutually satisfactory solution to your transportation needs. S. Please note that whenever Alstom is referred to in this proposal, it is understood to mean Alstorn and/or one or more of Alstom's affiliated entities, and Alstom may have one or more ofAlstom's affiliated entities enter relevant contractual documentation and/or provide some or all the products and services to be provided. Alstom Signaling Operation, LLC DocuSign Envelope ID: ABA6183C-1 9F4-4761 -A230-4342699B2071 Exhibit B1 ALS'l O)m Location/Description QTY Part Number Unit Price Total Price 8th Avenue House Material HOUSE 8X8 SKR-104 SPECIAL I Each 028616-000 $15,995.76 $15,995.76 ASSY BSA -6 2 Each 1 250597-100 $ 272.00 $ 544.00 ASSY, 9 SLOT ELIXS CHASSIS 2 Each 300752-000 $ 4,144.00 $ 8,288.00 ASSY UCI-3 MODULE 2 Each 25I495-000 $ 589.00 $ 1,178.00 ASSYVPM-3 MODULE - COMBINED CROSS- 2 Each 251432-300 $ 3,103.00 $ 6,206.00 ASSY MODULE IWP CPS -3 2 Each 251456-000 $ 800.00 $ 1,600.00 ASSY VIO-44R 2 Each 251379-000 $ 2,572.00 S 5,144.00 ASSY VIO-44R PERSONALITY MODULE 2 Each 227538-000 $ 610.00 $ 1,220.00 ASSY MOD IXS IXC -20S+ I Each 251384-000A $ 3,321.00 $ 3,321.00 ASSY IXC PERSONALITY MODULE 1 Each 227546-000 $ 610.00 $ 610.00 ASSY MODULE CDU -2 2 Each 1 251124-100 $ 954.00 $ 1,908.00 ASSY MODULE TC21 IWP NSM -1 2 Each 251346-000 $ 1,402.00 $ 2,804.00 ASSY MODULE GFD-1 1 Each 251333-000 $ 882.00 $ 882.00 ASSY MODULE IWP XTI-IS 14 Each 251336-000 $ 4,779.00 $66,906.00 ASSY IWP XTI-1S N/S PERSONALITY MO- 7 Each 227481-000 $ 597.00 $ 4,179.00 CABLE XIP -20 1 20FT I Each 075046-004 $ 176.00 $ 176.00 CABLE XIP -20 2 20FT 1 Each 075047-004 $ 176.00 $ 176.00 ASSY IXS XIP-2oB CROSSING INTERFAC- 1 Each 227561-100 $ 426.00 $ 426.00 KIT HARDWARE WALL MT BRKT XIP -20B I Each 1 180611-100 $ 102.00 $ 102.00 ELECTROLOGIXS XP 4 SYSTEM OPERATIO- 1 Each 100323-010 $ 79.00 $ 79.00 MICRO DATA ANALYZER 11 NO TELE I Each 072113-016 $ 4,343.03 $ 4,343.03 CURRENT SENSOR W/25' CABLE NAS 4 Each 072113-002 $ 117.74 $ 470.96 PROT AC LINE 230V SP20-3 2 Each oloosq-ool $ 261.07 $ 522.14 ELC 12/40 W/10' LEAD 3 Each 017258-002-30 $ 924.28 $ 2,772.83 TRANSFORMER N66A 250V MEGNETEK 1 Each 12418-01 $ 63.32 $ 63.32 CONN EPP TERMINAL BLOCK 56 Each 132327-000 $ 37.60 $ 2,105.67 BUSS GND 48" HORIZ GRID 3 Each 005900-003 $ 65.61 $ 196.82 ASSY AGA -1 56 Each 202216-001 $ 25.00 $ 1,400.00 ASSYAGE-i 14 Each 202217-000 $ 29.00 $ 406.00 ASSY AGE -2 HD 6 Each 202217-001 $ 62.00 $ 372.00 RLY DPDT 240VAC 10A OCT WAAMP 3 Each 007192-019 $ 17.36 $ 52.08 RLY DPDT 12VDC 10A OCT 1 Each 007192-000 $ 32.88 $ 32.88 SCKT RLY 8 -PIN OCT SCREW PNLMT 4 Each 132246-001 $ 10.10 $ 40.41 NUT INSULATED HARMON 24 Each 013986-000 $ 4.00 $ 96.00 TEST LINK W/PLT & INSUL 132 Each 032257-002 $ 1.00 $ 132.00 TEST LINK 2.375" CNTR FL INSUL 2 Each 032258-003 $ 46.00 $ 92.00 LABEL RK PNL-MAINTAINER TST SW 1 Each 125372-000 $ 6.35 $ 6.35 WIRE 16AWG/19 TC EPR/PVC BLU 1100 Foot 012092-002 $ 0.27 $ 297.06 WIRE 10AWG/19 TC EPR/PVC BLU 850 Foot 012092-000 $ 0.76 $ 648.13 WIRE 6AWG/19THHN BLK 225 Foot 012253-000 $ 0.94 $ 210.88 WIRE 6AWG/19 THHN RED 225 Foot 012253-003 1S 0.84 $ 189.44 Alstorn Signaling Operation, LLC DocuSign Envelope ID: ABA6183C-1 9F4-4761 -A230-4342699B2071 Exhibit B1 ALS 01 O)M WIRE 6AWG/19 THHN GRN 30 1 Foot 012253-002 $ 0.91 $ 27.16 CABLE RAW 3/14AWG PWR 300V 35 Foot 012690-010 $ 0.78 $ 27.24 CONN PLUG L6-15 250V 15A 2P3W 3 Each 132286-001 $ 14.30 $ 42.89 ASSY 2WAY TERM BLK W/AAR HARD 12 Each 202810-000 $ 4.17 $ 49.99 ASSY TERM STRIP DBL POST 12 12 Each 250094-300 $ 10.61 $ 127.32 LIGHT POWER OFF LED W/WAGO CON 2 Each 023180-100 $ 182.58 $ 365.15 PLATE MOUNTING VELCORP PO LT 2 Each 123933-100 $ 7.49 $ 14.97 WRENCH AAR TERMINAL I Each 095905-oo0 $ 60.00 $ 60.00 KIT SM PRTS/TAGS GENERIC I Each 180394-SPT8 $ 1,389.99 $ 1,389.99 LABEL, DANGER 240 V, 1.75 X 2. 1 Each SQS109 $ 1.00 $ 1.00 LABEL RK PNL-MAINTAINER TST SW 1 Each 125372-000 $ 6.35 $ 6.35 Field Material FOUND SIGNAL 60"DEPTH 1111/16 2 Each 1322-01 $ 354.09 $ 708.18 GATE ASSY, S-40 COMPLETE W/2 -WAY LGHTS LESS LED &ARM 2 Each 076044-211-31X $17,248.85 $34,497.70 LENS LED FLASHING 12" RED -H7 8 Each 180572-011 $ 208.57 $ 1,668.57 TORQUE WRENCH S/T 070981X I Each 2587-01 $ 479.70 $ 479.70 GATE SAVER NEG F/FEC 2 Each 005946-001 $ 1,549.60 $ 3,099.20 HIGH WIND BKT W/5"HDW LINCOLN 2 Each 54-55981 $ 194.93 $ 389.85 GATEARM 16-32'UHI VERT WLED 2 Each 076045-032 $ 706.45 $ 1,412.89 SLEEVE 4 ALUMINUM REC #92958 2 Each 14167-01 $ 50.77 $ 101.54 BELL ELECTRONIC CROSSING 4/5" 2 Each 6147-01 $ 253.84 $ 507.68 CABLE UG 3C4 7X WGROUND 250 Foot 10986-05 $ 4.95 $ 1,236.71 CABLE UG 7 CON D #6 AWG SOLID 500 Foot 1077-02 $ 8.08 $ 4,042.09 CABLE UG 7 COND #14 AWG SOLID 500 Foot 1023-02 $ 2.94 $ 1,471.03 WIRE UG TRK #6 AWG DUPLEX s000 Foot 1094-02 $ 1.87 $ 9,372.96 TAPE MARKER ELECTRIC UG DETECT 2 Each 006165-000 $ 44.96 $ 89.93 BATT GND SOG19 i CELL 472AH 19 Each 017134-108 $ 716.06 $13,605.16 WIRE #6 SOFT BARE COPPER 60 Foot 1436-01 $ 0.61 $ 36.71 ROD 3/4 X 8 NON -SECT COP GRD 6 Each 1132-01 $ 34.90 $ 209.41 CADWELD ONESHOT 3/4" NX TYPE 4 Each 005755-008 $ 16.39 $ 65.56 CADWELD ONESHOT 3/4" GR i WIRE 2 Each 005755-011 $ 15.81 $ 31.61 BOND STRAND 8-STR 3/16" TINNED 450 Foot 4133-01 $ 1.55 $ 697.11 BOOTLEG BOND W/COUPLER KIT 60 Each 3522-01 $ 6.07 $ 363.98 ASSY NBS-1 W/10' LEADS 267HZ 3 Each 250250-J03B $ 466.00 $ 1,398.00 ASSY 1134D-2 CPLR BURIABLE 22' 6 Each 250121-001 $ 304.00 $ 1,824.00 ASSY 1134D-5 DUAL WID BAND CPL 2 Each 250121-004 $ 360.00 $ 720.00 ASSY FSS LOAD 500 FT 3 Each 227032-001 $ 93.00 $ 279.00 PLATE SHUNT 22"X26"XI/4" GAL 9 Each 6193-01 $ 76.81 $ 691.26 BOX SHUNT MOUNTING ASSY 3 Each 028742-002 $ 312.01 $ 936.04 SCREW LAG 1/2X4 JOSLYN J8754P 56 Each 14512-01 $ 1.20 $ 67.07 TUBING HEAT SHRINK AMP 12" PC 12 Each 1 3597-01 $ 13.02 $ 156.22 TAPE ELECTRICAL 3M #33+ 3/4" 4 Each 1190-01 $ 5.99 $ 23.95 TAPE ELECTRICAL 3M #130-C 4 Each 1321-01 $ 11.26 $ 45.04 Alstom Signaling Operation, LLC DocuSign Envelope ID: ABA6183C-19F4-4761-A230-4342699B2071 Exhibit B1 ALSTOM COMPOUND INSULATING ELECTRIC 2 1 Each 4123-01 $ 30.59 $ 61.18 HOSE RUBBER 3/4" 200 Foot 005360-015 $ 2.48 $ 495.63 STAPLE GROUND WIRE 1-1/16"X3" 86 Each 113005-000 $ 0.76 $ 65.58 TIE CABLE .184 X 7.31" HIG T 20 Each 4125-01 $ 0.05 $ 1.04 CABLE TIE 14-1/21- NAT 20 Each 005019-022 $ 0.59 $ 11.76 LUG RNG 1/4" 12-I0AWG INS BLK 55 Each 1 032114-008 $ 0.33 $ 18.35 WIRE DIESEL 10AWG 2000 VOLTS 350 Foot 2125-01 $ 0.66 $ 232.37 WIRE DIESEL 6AWG 600V 50 Foot 012033-001 $ 3.72 $ 185.86 LUG RNG 1/4 6AWG AMP ONLY 20 Each 032063-005 $ 0.43 $ 8.58 STAPLE COPPERWELD 3/8 X 1-3/4 400 Each 1148-01 $ 0.36 $ 145.80 GREASE RUST PREVENTIVE NO OXID 2 Each 1906-01 $ 28.95 $ 57.90 SLEEVE NICO 3/16"-#6 AWG REDUC 36 Each 1145-01 $ 1.80 $ 64.67 CLIP TRACK WIRE RETAINER 60 Each 1118-01 $ 2.75 $ 164.81 COMPOUND DUCT SEALS LB PLUG 5 Each 1179-01 $ 12.24 $ 61.18 PADLOCK #030399-31X 8 Each 1 3159-30 $ 32.85 $ 262.80 Field Cable Tag Kit I Each FLDTAG-4 $ 675.14 $ 675.14 BATTERY TRAY 2TI ER52" 6' HOUSE I Each 10741-01 $ 183.55 $ 183.55 BATTERY TRAY 2TIER80" 8' HOUSE 1 Each 10742-01 $ 225.21 $ 225.21 Alstom Signaling Operation, LLC DocuSign Envelope ID: ABA6183G19F4-4761-A230-4342699B2071 EXHIBIT "C" Nondiscrimination and Disability F.,,ToT *MFFFN M DocuSign Envelope ID: ABA6183C-1 9F4-4761 -A230-4342699B2071 Rev. 01/2020 MDT NONDISCRIMINATION AND DISABILITY ACCOMMODATION NOTICE Montana Department of Transportation ("MDT„) is committed to conducting all of its business in an environment free from discrimination, harassment, and retaliation. In accordance with State and Federal law MDT prohibits any and all discrimination and protections are all inclusive (hereafter "protected classes") by its employees or anyone with whom MDT does business: Federal protected classes Race, color, national origin, sex, sexual orientation, gender identity, age, disability, & Limited English Proficiency State protected classes Race, color, national origin, parental/marital status, pregnancy, childbirth, or medical conditions related to pregnancy or childbirth, religion/ creed, social origin or condition, genetic information, sex, sexual orientation, gender identification or expression, national origin, ancestry, age, disability mental or physical, political or religious affiliations or ideas, military service or veteran status For the duration of this contract/agreement, the PARTY agrees as follows: (1) Compliance with Regulations: The PARTY (hereinafter includes consultant) will comply with all Acts and Regulations of the United States and the State of Montana relative to Non - Discrimination in Federally and State -assisted programs of the U.S. Department of Transportation and the State of Montana, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. (2) Non-discrimination: a. The PARTY, with regard to the work performed by it during the contract, will not discriminate, directly or indirectly, on the grounds of any of the protected classes in the selection and retention of subcontractors, including procurements of materials and leases of equipment, employment, and all other activities being performed under this contract/agreement. b. PARTY will provide notice to its employees and the members of the public that it serves that will include the following: i. Statement that PARTY does not discriminate on the grounds of any protected classes. ii. Statement that PARTY will provide employees and members of the public that it serves with reasonable accommodations for any known disability, upon request, pursuant to the Americans with Disabilities Act as Amended (ADA). ill. Contact information for PARTY's representative tasked with handling non- discrimination complaints and providing reasonable accommodations under the ADA. Page 1 of 4 DocuSign Envelope ID: ABA6183C-19F4-4761-A230-4342699B2071 Rev. iv. Information on how to request Information in alternative accessible formats. c. In accordance with Mont. Code Ann. § 49-3-207, PARTY will Include a provision, in all of its hiring/subcontracting notices, that all hiring/subcontracting will be on the basis of merit and qualifications and that PARTY does not discriminate on the grounds of any protected class. (3) Participation by Disadvantaged Business Enterprises (DBEs): a. If the PARTY receives federal financial assistance as part of this contract/agreement, the PARTY will make all reasonable efforts to utilize DRE firms certified by MDT for its subcontracting services. The list of all currently certified DBE firms is located on the MDT website at mdt.mt.gov/business/contracting/civil/dbe.shtml b. By signing this agreement, the PARTY assures that: The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR port 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. c. PARTY must include the above assurance in each contract/agreement the PARTY enters. (4) Solicitation for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation, made by the PARTY for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the PARTY of the PARTY's obligation under this contract/agreement and all Acts and Regulations of the United States and the State of Montana related to Non -Discrimination. (6) Information and Reports: The PARTY will provide all information and reports required by the Acts, Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined by MDT or relevant US DOT Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who falls or refuses to furnish the information, the PARTY will so certify to MDT or relevant US DOT Administration, as appropriate, and will set forth what efforts it has made to obtain the information. (6) Sanctions for Noncompliance: In the event of a PARTY's noncompliance with the Non- discrimination provisions of this contract/agreement, MDT will impose such sanctions as it or the relevant US DOT Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the PARTY under the contract/agreement until the PARTY complies; and/or b. Cancelling, terminating, or suspending the contract/agreement, in whole or in part. Page 2 of 4 DocuSign Envelope ID: ABA6183C-1 9F4-4761 -A230-4342699B2071 4 Rev. (7) Pertinent Non -Discrimination Authorities: During the performance of this contract/agreement, the PARTY, for itself, its assignees, and successor in interest, agrees to comply with the following non-discrimination statues and authorities; including but not limited to: Federal - Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; - The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); - Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); - Section 504 of the Rehabilitation Act o€1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; r The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); - Airport and Airways Improvement Act of 1982,(49 U.S.C. § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (broadened the scope, coverage, and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975, and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients, and contractors, whether such programs or activities are Federally funded or not); - Titles 11 and III of the Americans with Disabilities Act, which prohibits discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as Implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; - The Federal Aviation Administration's Non -Discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); - Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-income Populations, which prevents discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Page 3 of 4 DocuSign Envelope ID: ABA6183C-19F4-4761-A230-4342699B2071 I Rev. - Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English Proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. § 1681 etseq.). Executive Order 13672 prohibits discrimination in the civilian federal workforce on the basis of gender identity and in hiring by federal contractors on the basis of both sexual orientation and gender identity. state - Mont. Code Ann. § 49-3-205 Governmental services; - Mont. Code Ann. § 49-3-206 Distribution of governmental funds; - Mont. Code Ann. § 49-3-207 Nondiscrimination provision in all public contracts. (8) Incorporation of Provisions: The PARTY will include the provisions of paragraph one through seven in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and/or directives issued pursuant thereto. The PARTY will take action with respect to any subcontract or procurement as MDT or the relevant US DOT Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the PARTY becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the PARTY may request MDT to enter into any litigation to protect the interests of MDT. In addition, the PARTY may request the United States to enter into the litigation to protect the interests of the United States. Page 4 of 4 DocuSign Envelope ID: ABA6183C-1 9F4-4761 -A230-4342699B2071 EXHIBIT "D" MUTCD DocuSign Envelope ID: ABA6183C-19F4-4761-A230-434269982071 Figure 88-6. Example of Placement of Warning Signs and Pavement Markings at Grade Crossings 4> OR (it needed) if transverse mos are used at me grace cros yield Lies may be used instead Is it d stop lutes U YIELD signs are used at Tie grade crossing. Stop fthe approArnately 8 it upstream from gate (4 present) On multi -lane roads, the Iransverso bards should Wend across all approach lanes, and individual RXR symbols should be used in each approach lane. Figure 88-7) When used. a portion of the pavement mariMg symbol should be directly opipmIte the Admca Warning Sign (W1 0-11. if needed, nsuppiomsenymtabl mPaymepma=sell tohles) Advance War" Sign and the grace crossing, but should be at least 50 feel from the stop or yield Me. Note: in an effort to simplify the figure to show viaming sign end pavement marking placement, not all required traffic controf devices are shown. Figure 88-7. Grade Creasing Pavement Markings A-0 sytgllmomrit 'V&%h " —y —iry M For more information go to website: http:Zlmutcd.fhwa.dot.gov Table 2C-4- Guidelines for Advance Placement of Warning Signs 4 The distances are adjusted for a sign legibility distance of 180 test for Condition A. The distances for Condition B have been adjusted for a sign legibility distance of 250 toot, which is appropriate for an alignment warning symbol sign. For Conditions A and B. warning signs with less than 6 -inch legend or more than four words, a minimum of 100 feet should be added to the advance placement distance to provide adequate legibility of the warning sign. Typical conditions are locations where the road user must use extra time to adjust speed and change lanes in heavy traffic because of a complex driving situation. Typical signs are Merge and Right Lone Ends. The distances are determined by providing the driver a PRT of 14.0 to 14,5 Seconds for vehicle maneuvers (2005 AASHTO Policy, Exhibit 3-3. Decision Sight Distance, Avoidance Maneuver E) minus the legibility distance of 180 feet for the appropriate sign. Typical condition is the warming of a potential stop situation. Typical signs are Stop Ahead, Yield Ahead, at Ahead, and Intersection Warning signs. ' 0 distances are based on the 2005 AASHTO, Policy. Exhibit 3-1, Stopping Sight Distance, providing a S9 of P of"seconds, seconds. a deceleration rate 11.2 foot/second2, minus the sign legibility distance of ISO foot Typical conditions are locations where the road user must decrease speed to maneuver through the warned condition. Typical signs are Turn. Curve, Reverse Turn. or Reverse Curve, The distance is determined by providing a 2.6 second PRT, a vehicle, decoloration rate of 10 foot(soccinr:12, minus the sign legibility distance of 250 feet. s No suggested distances are provided for these speeds, as the placement location Is dependent an silo conditions and other signing, An alignment warning sign may be placed anywhere from the point of curvature up to 100 foot in advance of the curve. However, the alignment warning sign should be installed in advance of the canto and at least 100 toot from any other signs - 4 The minimum advance placement distance is listed as 100 feet to provide adequate spacing between signs Advance Placement Distance' Posted or 85th- Condition A: Speed in Condition B: Deceleration to " listed advisory speed (rnph) for the, condition Percentile Speed and lane changing in heavy ftofW 02 104 204 304 404 504 60, 704 20 mph 225 It loo ftp: WAs — — — — — .- 25 25mph-- 325 it 100 ff WAI NIA4 30 mph 460 It loo ftp: NJAq WA - 35 mph 565 It loo W WA- NIA5 WK- 40mph 670 it 126 It loofte ..125 100 fto WM 46 mph 775 It I 175 it it 100 ft. 10oft. N/Al — 'mph owes It 250 ft 200 It 176 ft 's !it 12S It t 00 Its SS mph 990 ft 326 It 27 It 225 It 200 It 125 it NZA- $0,mph 11.100 It 400 ft 350ft 326 It 275 it 200 it looft. — 65 mph_ 1,200 it 475 it 460 it 400'ft 350 it it 27 100 ft. 70 Mph_ 1.260 ft 650 ft 525 ft . ft Isofir 75 mph A$Zrt ft — . fir 4-1 ft 37b ft 250 ft 100ft. 4 The distances are adjusted for a sign legibility distance of 180 test for Condition A. The distances for Condition B have been adjusted for a sign legibility distance of 250 toot, which is appropriate for an alignment warning symbol sign. For Conditions A and B. warning signs with less than 6 -inch legend or more than four words, a minimum of 100 feet should be added to the advance placement distance to provide adequate legibility of the warning sign. Typical conditions are locations where the road user must use extra time to adjust speed and change lanes in heavy traffic because of a complex driving situation. Typical signs are Merge and Right Lone Ends. The distances are determined by providing the driver a PRT of 14.0 to 14,5 Seconds for vehicle maneuvers (2005 AASHTO Policy, Exhibit 3-3. Decision Sight Distance, Avoidance Maneuver E) minus the legibility distance of 180 feet for the appropriate sign. Typical condition is the warming of a potential stop situation. Typical signs are Stop Ahead, Yield Ahead, at Ahead, and Intersection Warning signs. ' 0 distances are based on the 2005 AASHTO, Policy. Exhibit 3-1, Stopping Sight Distance, providing a S9 of P of"seconds, seconds. a deceleration rate 11.2 foot/second2, minus the sign legibility distance of ISO foot Typical conditions are locations where the road user must decrease speed to maneuver through the warned condition. Typical signs are Turn. Curve, Reverse Turn. or Reverse Curve, The distance is determined by providing a 2.6 second PRT, a vehicle, decoloration rate of 10 foot(soccinr:12, minus the sign legibility distance of 250 feet. s No suggested distances are provided for these speeds, as the placement location Is dependent an silo conditions and other signing, An alignment warning sign may be placed anywhere from the point of curvature up to 100 foot in advance of the curve. However, the alignment warning sign should be installed in advance of the canto and at least 100 toot from any other signs - 4 The minimum advance placement distance is listed as 100 feet to provide adequate spacing between signs Nfi ;RCUR aa Certificate Of Completion Envelope Id: ABA6183Cl9F4476lA2304342699B2071 Status: Completed Subject: Please DocuSign: Agreement - RRXing-5th Ave -Laurel; RRP-RRS 6999(12), [9768]; US DOT 104 007M Source Envelope: 4DF4DOF534644C3CABEDBBF2FB1F38E6 Document Pages: 24 Certificate Pages: 5 AutoNav: Enabled Signatures: 3 Initials: 0 Envelopeld Stamping: Enabled Time Zone: (UTC -07:00) Mountain Time (US & Canada) Envelope Originator: Jessica Spencer 101 international drive Missoula, MT 59808 jspencer@mtraiLcom IP Address: 174.45.85.80 Record Tracking Status: Original Holder: Jessica Spencer Location: DocuSign 4/3/2020 10:12:06 AM jspencer@mtraiLcom Signer Events Signature Timestamp Thomas C Nelsonyaauw"mny, Sent: 4/3/2020 2:59:10 PM citymayor@laurel.mt.gov E1AF87?sEE0A93UCE AhM&S G ft4 S6V, Resent: 4/29/2020 11:09:35 AM Mayor ,. Viewed: 5/1/2020 8:28:07 AM Security Level: Email, Account Authentication Signed: 5/1/2020 8:29:08 AM (None) Signature Adoption: Pre -selected Style Using IP Address: 72.175.73.31 Electronic Record and Signature Disclosure: Accepted: 5/1/2020 8:28:07 AM ID:48a5dfbb-3d6c-4fae-a00a-731763b12e9a Bethany Langve °oc by: Sent: 5/1/2020 8:29:10 AM cityclerk@laurel.mt.gov EN7743710.8 w�t.ayui Viewed: 5/1/2020 12:29:52 PM Security Level: Email, Account Authentication L... Signed: 5/1/2020 12:30:03 PM (None) Signature Adoption: Pre -selected Style Using IP Address: 174.45.215.226 Electronic Record and Signature Disclosure: Accepted: 5/1/2020 12:29:52 PM ID:8900aaf2-890f-45cd-a1db-88198d04ae2c Dustin Rouse D/-.Skw dby: Sent: 5/1/2020 12:30:08 PM drouse@mt.gov CL �-- Viewed: 5/6/2020 2:41:50 PM Security Level: Email, Account Authentication A5C46 oxe7s... Signed: 5/6/2020 2:42:42 PM (None) Signature Adoption: Drawn on Device Using IP Address: 161.7.99.135 Electronic Record and Signature Disclosure: Accepted: 5/6/2020 2:41:50 PM ID: 824c86b1-970e-40c6-9d 1 f-Odd81 fe22f1 f In Person Signer Events Signature Timestamp Editor Delivery Events ;Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Kurt Markegard Sent: 5/1/2020 12:30:05 PM kmarkegard@laurel.mt.gov COPIED Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Matt Wheeler Sent: 5/1/2020 12:30:06 PM mwheeler@laurel.mt.gov COPIED Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign John AlthofCOPIED Sent: 511!2020 12:30:0PM jalthof@mt.mt.gov Viewed: 5/1/2020 12:30:: 344 PM Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign John Aithof Sent: 5/6/2020 2:42:44 PM jalthof@mt.gov COPIED Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 5/6/2020 2:42:44 PM Certified Delivered Security Checked 5/6/2020 2:42:44 PM Signing Complete Security Checked 5/6/2020 2:42:44 PM Completed Security Checked 5/6/2020 2:42:44 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure Electronic Record and Signature Disclosure created on: 9/18/2019 9:56:46 AM Parties agreed to: Thomas C Nelson, Bethany Langve, Dustin Rouse ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, Montana Rail Link (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check -box next to `I agree to use electronic records and signatures' before clicking `CONTINUE' within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per -page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact Montana Rail Link: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: hmattson@mtrail.com To advise Montana Rail Link of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at hmattson@mtrail.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from Montana Rail Link To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to hmattson@mtrail.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Montana Rail Link To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check -box indicating you wish to withdraw your consent, or you may; ii. send us an email to hmattson@mtrail.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https:Hsupport.doccisign.corn/guides/sinner-�yuide- si�,)nina-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check -box next to `I agree to use electronic records and signatures' before clicking `CONTINUE' within the DocuSign system. By selecting the check -box next to `I agree to use electronic records and signatures', you confirm that: You can access and read this Electronic Record and Signature Disclosure; and You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and Until or unless you notify Montana Rail Link as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by Montana Rail Link during the course of your relationship with Montana Rail Link.