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.