HomeMy WebLinkAboutItem No. 14 Service Contract Traffic Logix Corp. Solar Powered RadarCity Council Agenda Report
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 21-228
Agenda Date: 7/13/2021 Status: PassedVersion: 1
File Type: Council Consent
Calendar
In Control: City Council / Successor Agency
Agenda Number: 14)
Service Contract for Traffic Logix Corporation for Solar Powered Radar Speed Feedback
Signs and Trailers
Authorize the City Manager to execute a Service Contract with Traffic Logix Corporation in the amount
of $43,971.98 for the purchase and delivery of 12 solar-powered radar speed feedback signs and 2
mobile speed radar trailers, in such final for as approved by the City Attorney.
Page 1 City of Lake Elsinore Printed on 3/30/2023
Page 1 of 2
REPORT TO CITY COUNCIL
To: Honorable Mayor and Members of the City Council
From: Jason Simpson, City Manager
Prepared By: Brad Brophy, Traffic Engineer
Date: July 13, 2021
Subject: Service Contract for Traffic Logix Corporation for Solar Powered Radar
Speed Feedback Signs and Trailers
Recommendation
Authorize the City Manager to execute a Service Contract with Traffic Logix Corporation in the
amount of $43,971.98 for the purchase and delivery of 12 solar-powered radar speed feedback
signs and 2 mobile speed radar trailers, in such final form as approved by the City Attorney.
Background
Excessive vehicular speeding is a major traffic safety concern that occurs throughout the City,
especially in locations where pedestrian and bicyclist volumes are high. One traffic calming
measure that public agencies have utilized is the installation of solar-powered radar speed
feedback signs. As a supplement to police enforcement, these radar speed feedback signs are
installed to encourage drivers to slow down when they are exceeding the speed limit.
Discussion
City Staff reached out to 3 different vendors to provide quotes to purchase and deliver 12 solar-
powered radar speed feedback signs and 2 mobile speed radar trailers to the City’s Public
Works Yard. The results of the quotes are summarized below:
Vendor Total Quote Amount
1. Traffic Logix Corporation $43,971.98
2. LED Lighting Solutions $50,255.44
3. Traffic Thingz Did not submit Quote
After the signs and trailers are delivered to the Public Works yard, City Staff will install signs at
various locations throughout the City where excessive vehicular speeding is common. Ten of
the locations will be installed on existing posts in a permanent manner and the two mobile
trailers will be installed at temporary locations and moved around wherever needed. Locations
are still being determined by City Staff.
Page 2 of 2
Fiscal Impact
The funding allocation for this project is within the adopted CIP Budget.
Exhibits
A – Service Contract
B – Traffic Logix Quote and Product Specifications
QUOTATION
Contact: Brad Brophy
Phone: 951-674-5170
Email: bbrophy@lake-elsinore.org
Shipping Address:
521 N. Langstaff Street
Lake Elsinore, California 92530
USA
Standard Features (Included) — Evolution Signs
Page 1 1
Quote Number QU0-16388-631-81-6
Created Date 6/23/2021
Expiration Date 7/30/2021
Prepared by Jim Merrill
City of Lake Elsinore, CA
130 South Main St.
Attn: Accounts Payable
Lake Elsinore, California 92530
USA
• The Evolution radar feedback signs come with 1 year of unlimited cloud access. At the end of
this 12 month period the customer has the option to either renew the cloud at a cost of 5400
per sijgn or resort back to a Bluetooth option at no cost.
• Sign powers down when no traffic present
• Programmable Speed Violator Flashing Strobe Light
• Ambient Light Sensor and Automatic Brightness adjustment
• Banding Mount Bracket
• Safe Pace Management Software
• Bluetooth
Special Notes
NCPA CONTRACT #: 05-54
NCPA Pricing Includes shipping per contract terms.
Quote Line Items — All Prices shown are in $USD
Product Product Code Quantity Sales Price Discount Total Price
Cruiser LT (All SPTRAILERLT 2.00000 $3,499.00 $212.00 $6,786.00
Models Except
SP800)
Evolution 12 EVI2FMEYL- 12.00000 $2,899.00 $1,140.00 $33,648.00
Solar - Full SOLLA
Matrix - Inc.
Solar panel
and battery
Traffic Logix Corporation
3 Harriett Lane
Spring Valley, NY 10977 USA
Tel: (866) 915-6449
R Irl
TRAFFIC
Fax: (844) 405-6449
www.trafiictcaix.com
QUOTATION
Contact: Brad Brophy
Phone: 951-674-5170
Email: bbrophy@lake-elsinore.org
Shipping Address:
521 N. Langstaff Street
Lake Elsinore, California 92530
USA
Standard Features (Included) — Evolution Signs
Page 1 1
Quote Number QU0-16388-631-81-6
Created Date 6/23/2021
Expiration Date 7/30/2021
Prepared by Jim Merrill
City of Lake Elsinore, CA
130 South Main St.
Attn: Accounts Payable
Lake Elsinore, California 92530
USA
• The Evolution radar feedback signs come with 1 year of unlimited cloud access. At the end of
this 12 month period the customer has the option to either renew the cloud at a cost of 5400
per sijgn or resort back to a Bluetooth option at no cost.
• Sign powers down when no traffic present
• Programmable Speed Violator Flashing Strobe Light
• Ambient Light Sensor and Automatic Brightness adjustment
• Banding Mount Bracket
• Safe Pace Management Software
• Bluetooth
Special Notes
NCPA CONTRACT #: 05-54
NCPA Pricing Includes shipping per contract terms.
Quote Line Items — All Prices shown are in $USD
Product Product Code Quantity Sales Price Discount Total Price
Cruiser LT (All SPTRAILERLT 2.00000 $3,499.00 $212.00 $6,786.00
Models Except
SP800)
Evolution 12 EVI2FMEYL- 12.00000 $2,899.00 $1,140.00 $33,648.00
Solar - Full SOLLA
Matrix - Inc.
Solar panel
and battery
TRAFFIC
Totals
Traffic Logix Corporation
3 Harriett Lane
Spring Valley, NY 10977 USA
Tel: (866) 915-6449
Fax: (844)40S-6449
www.trafficl2&lx.com
Page 12
Quote Number QUO -16388-63L81-6
Created Date 6/23/2021
Expiration Date 7/30/2021
Prepared by Jim Merrill
Subtotal $40,434.00
Freight Included per NCPA contract pricing
Sales Tax (if applicable) $3,537.98
Grand Total $43,971.98
Terms: 1% - 10 Days - Net 30 We also accept: MC - VISA - AMEX
IF TAX EXEMPT: Please Provide Tax Exempt Certificate with Order
Delivery Requirements
Please Indicate the availability of the following as this determines the freight costs:
1. Do You have a Loading Dock? - Yes/No
2. Do you have a Fork Lift and Pallet Jack to unload? - Yes/No
3. Can access be gained by a 53 foot truck for delivery? - Yes/No
4. Is the delivery address a Construction site? - Yes/No
5. Is the delivery address a Military site? - Yes/No
6. If shipping to Military site, is a U.S. Driver required? - Yes/No
Quote Acceptance Information
Signature
Name
Title
Date
Thank you for choosing Traffic Logix. Please sign and return to:
jmerrill@trafficlogix.com
Jim Merrill
Sales - South West USA
Please complete to set up new account: httos://traici2g!x.com/business-application-form
The SafePace Evolution 12FM variable message sign
is a compact, portable
driver -responsive mes,
The compact yet robust Traff
the flexible, customizable me
larger sign. The sign includes
speed display, including spee
choice of messaging color. Th
a small footprint yet wide rar
Digit Size
Height
Weight
24/7, 365 Scheduling
Data Collection
Solar Compatibility
Battery Operated
Universal Mounting
Cloud Compatibility
Trailer Compatibility
Dolly Compatibility
Hitch Compatibility
Warranty
YOUR
SPEED
YOUR
SPEED
12"
2 9"
20 lbs
✓
Compact design offers all the features and visibility you'd
expect from a full size variable message sign.
Allows for animated text or graphics such as moving arrows
or a scrolling message.
Universal Mounting: Optional mounting brackets let you use
✓ one sign at multiple locations with the turn of a key.
✓ Dual -Color Display: Display color can be programmed to
✓ change based on driver speed.
✓ Ultra-low power consumption including the most power -
efficient radar technology available and optional solar power.
Includes integrated flashing speed violator strobe to alert
✓ speeding drivers.
Stealth Mode allows the sign to collect baseline traffic data
✓ while speed display appears blank to motorists.
2 Years
Traffic Logix I r 866.915.rA49 I F m -S.-05.6449
text
4" (h)
digits
12" (h)
23" (w)
YOUR
SPEED
digits
6.4" (w)
29" (h)
4
2
Y5.625" (d)
Digits 12"(h) x 6.4"(w), 936 LEDs
Variable Message ` 13"(h) x 18.25"(w), 936 LEDs
Matrix mode I
Unit with "YOUR Full size sign: 29.0"(h) x 23.0"(w) x
SPEED" sign mounted 5.625"(d)
AC Powered 20 lbs
Battery Powered Model 20 lbs (not including batteries)
20 lbs (does not include batteries, solar
Solar powered model panel or bracket)
Operating
-40° (-40°) to 185° (85")
Temperatures F (Q-
-miles
Partial Flux (Brightness): 9000-22400
Per Hour (mph): 3-99 mph
3 -Digit Speed Display
Digits
1 Kilometers Per Hour (km/h): 5-160 km/h
High -Intensity prismatic reflective
sheeting on "YOUR SPEED" signs with
Faceplate
black colored text.
MUTCD approved colors and format
Communications
Bluetooth, GSM/GPRS
Speed Violator Strobe
SafePacel Pro management software
SafePace� Cloud remote management
Programming
24/7 365 day unlimited programming and
scheduling
Power
Options
AC power input
100-240 V AC
Feature Specifications
DC power input ! 12 V DC
Solar panel options I SOW or 90W solar panel
Internal Radar: Doppler (FCC approved)
Model OF 600
Radar RF out 5 mW maximum
Radar f -center 24,125 GHz or 24.200 GHz
Pickup distance Up to 400 feet
Beam angle 24° (vertical) x 12° (horizontal)
1
Beam polarization Linear
CE Mark (Radar) Yes
LEDs 948
www.crafficlogix,::om I mfoL,traffic1ngix,com I Traffic Logix
468 LEDs: Color: Yellow (590 nm)
Viewing angle at 50% IV: 30°
Partial Flux (Brightness): 9000-22400
Ev,[lux]/LED
Digits
468 LEDs: Color: Red (633 nm)
Viewing angle at 50% IV: 30°
Partial Flux (Brightness): 7100 —18000
Ev,[lux]/LED
12 LEDs: Color: White (2700 I<— 6500 K)
Viewing angle at 50% IV: 150°
Speed Violator Strobe
Luminous Flux: typically 331m @ 4000 K
Luminous Efficacy: typically 176 Im/W
@4000 K
1 sensor and automatic brightness
Ambient light sensor
adjustment
Max Lines of text = 2
Characters
Max height of text = 5"
Max characters/line= 4
Vandal resistant, lightweight polymer.
Matte black front for reduced glare and
Construction
maximum contrast. Light gray body to
minimize heat absorption
Weatherproof, NEMA 4X-12, IP65 level
Weatherproof Rating
compliant. Non -sealed and ventilated
Sign
2 years
Batteries
I
1 year
www.crafficlogix,::om I mfoL,traffic1ngix,com I Traffic Logix
The SafePace Cruiser LT trailer Mi
allows you to use your SafePace
sign for traffic calming on the go.
The unique Cruiser LT allows you to rotate your
SafePace sign, eliminating the need for precise
parking and protecting the sign face during travel.
Built to last, the compact, affordable Cruiser LT trailer
will let you get the most out of your SafePace signs.
Can be deployed in under 3 minutes by a single operator.
Ideal for rotating in high traffic neighborhoods, school
zones, work zones, or for special events.
Low profile and light weight makes it easy to tow and
transport.
Rotating system allows you to direct sign toward traffic
and protects face during travel.
Limited maintenance, cost effective solution for years of
continuous use.
Polyester powder coat finish for rust -proof protection.
Compatible with all SafePace signs.
Torflex axle for cushioned ride.
Interchangeable speed limit sign included.
Traffic Logix I r 805.915 6=14 3 I F M4 40.h4,r)
Width
Length
Height in deployed position
Travel Height, down position
Weight
Tire Size
Trailer Lights
Warranty
51"
9 2"
118"
77"
425 Ibs
12"
Sealed Beam
2 Years
14
SHORT FORM PURCHASE OF GOODS AND/OR SERVICE CONTRACT
The parties to this Short Form Purchase of Goods
and/or Services Contract (Contract) do mutually
agree and promise as follows:
1.Parties: The parties to this Contract are the
CITY OF LAKE ELSINORE, a municipal
corporation (City) and the following named
Contractor:
Name:
Street Address:
City/State/Zip:
Telephone: Fax:
Email: _________________________________
Taxpayer ID #: __________________________
City Business License #: _________________
2.Term: The effective date of this contract is
__________and it terminates ____________
unless sooner terminated as provided herein.
3.Contractor’s Obligations:
(a) To the satisfaction of the City’s Project
Manager, Contractor shall provide the
following goods and/or services: (Attach
extra sheet/s if necessary)
(b) Contractor shall perform the above-
referenced services or delivery the required
goods at or to the following specified
location/s: (Attach extra sheet/s if
necessary)
___________________________________
4.Supplemental Conditions: This Contract is
subject to the Supplemental Conditions attached
hereto, which are incorporated herein by reference.
5.Compensation: Contractor’s total compensation
for the goods and/or services performed under
this Contract is $ , to be paid as (check
one): (1) lump sum upon completion of all
Contractor’s Obligations; (2) lump sum per-task
in the amounts indicated below, payable upon
completion of each task; (3) lump sum per-task in
the amounts indicated below, payable in monthly
installments not to exceed the percentage
completion of each task; (4) per attached written
quote, up to a guaranteed not-to-exceed amount of
$ .
Task Amount
1.
2.
3.
4.
6.Signatures: The person executing this
Agreement on behalf of Contractor warrants and
represents that he/she has the authority to
execute this Agreement on behalf of Contractor
and to bind Contractor to perform its obligations
hereunder. These signatures attest the parties’
agreement hereto:
CONTRACTOR:
_______________________________________
By:____________________________________
CITY OF LAKE ELSINORE:
By: ___________________________________
City Manager
Attested by: ____________________________
City Clerk
Approved as to content/Insurance:
By: ___________________________________
City Purchasing Agent/Risk Manager
Short Form Goods or Services Contract 1
Name and Title
SUPPLEMENTAL CONDITIONS
1.Independent Contractor. It is expressly agreed that Contractor is to perform or
deliver the goods and/or services described herein as an independent contractor
pursuant to California Labor Code Section 3353, under the control of the City as
to the result of Contractor's work only but not as to the means by which such
result is accomplished. Nothing contained herein shall in any way be
construed to make Contractor or any of its agents or employees, an agent,
employee or representative of the City. Contractor shall be entirely responsible
for the compensation of any assistants, employees, and subcontractors used
by Contractor in providing said goods and/or services.
2.Termination. Either the City or Contractor may terminate this Contract with or
without cause at any time upon giving the other party five (5) calendar
days' written notice of such termination. In the event of termination, the City
shall be liable only to pay to the Contractor compensation for goods delivered or
services rendered up to the date of the Contract's termination. Under no
circumstances shall City be responsible for payment of lost profits, or damages
beyond the total amount of compensation set in this Contract.
3.Assignment. Contractor shall not assign this Contract, or any part thereof, or any
right of the Contractor hereunder without the prior written consent of the City.
4.Indemnity. Contractor shall indemnify, defend and hold the City harmless from and
against all claims, demands and causes of action for injury, death or damage to
any person or property that may arise or result from Contractor's performance of
this Contract or from acts or omissions of any person(s) employed by
Contractor.This indemnity shall survive expiration or termination of the Purchase
Order or final payment thereunder.
5.Anti-Discrimination. Contractor shall not discriminate against any employee or
applicant for employment because of race, color, religious creed, age, sex, actual
or perceived sexual orientation, national origin, disability as defined by the
American with Disabilities Act (42 U.S.C. § 12010, et seq.) or veteran’s status. To
the extent applicable, Contractor shall comply with all federal, state, and local laws
regarding non-discrimination, equal employment opportunity, affirmative action
and occupational-safety-health concerns, shall comply with all applicable rules and
regulations thereunder, and shall comply with same as each may be amended
from time to time.
6.Legal Responsibilities. Contractor shall comply with all local, state and federal
laws and regulations applicable to the goods or services required hereunder,
including any rule, regulation or bylaw governing the conduct or performance of
Contractor and/or its employees, officers, or board members. Contractor
represents that it has obtained and will maintain at all times during the term of this
Contract all professional and/or business licenses, certifications and/or permits for
necessary for delivering the goods or performing the services described in this
Contract, including a City business license.
7.Insurance. During the entire term of this Contract and any extension or modification
thereof, the Contractor shall keep in effect insurance policies meeting the following
insurance requirements:
Short Form Goods or Services Contract 2
Contractor, at its own cost and expense, shall maintain commercial
general insurance in an amount not less than ONE MILLION
DOLLARS ($1,000,000.00) per occurrence, coverage and
automobile liability insurance in an amount not less than ONE
MILLION DOLLARS ($1,000,000.00) per occurrence for the term of this
Contract in an amount not less than ONE MILLION DOLLARS
($1,000,000.00) per occurrence, combined single limit coverage for
risks associated with the work contemplated by this Contract. If
a Commercial General Liability Insurance or an Automobile Liability
form or other form with a general aggregate limit is used, either the
general aggregate limit shall apply separately to the work to be
performed under this Contract or the general aggregate limit shall be at
least twice the required occurrence limit. Such coverage shall include
but shall not be limited to, protection against claims arising from bodily
and personal injury, including death resulting therefore, and damage to
property resulting from activities contemplated under this Contract,
including the use of owned and non-owned automobiles. The following
endorsements shall be attached to the policy:
7.1.1 Policy shall cover on an "occurrence basis."
7.1.2 Policy must cover personal injuries as well as bodily injuries.
Exclusion of contractual liability must be eliminated from personal
injury endorsement.
7.1.3 Broad form property damage endorsement must be attached.
7.1.4 Policy must cover contractual liability by amending the definition of
"incidental contract" to include any written contract.
7.1.5 Notwithstanding any inconsistent statement in any required
insurance policies or any subsequent endorsements attached
thereto, the protection offered by all policies, except for Worker's
Compensation, shall bear an endorsement whereby it is provided
that, the City and its officers, employees, servants, volunteers and
agents and independent contractors, including without limitation,
the City Manager and City Attorney, are named as additional
insureds. Additional insureds shall be entitled to the full benefit of all
insurance policies in the same manner and to the same extent as
any other insureds and there shall be no limitation to the benefits
conferred upon them other than policy limits to coverages.
7.2 Worker's Compensation
The Contractor, at its own cost and expense shall carry and maintain
statutory Worker's Compensation Insurance and Employer's Liability with
limits of not less than One Million Dollars ($1,000,000) with an insurance
carrier satisfactory to the City. In the event Contractor is self-insured, it
shall furnish the City with a Certificate of Permission to Self-Insure signed
by the Department of Industrial Relations Administration of Self-Insurance
in Sacramento, California. If any injury occurs to any employee of
Contractor for which the employee, or his dependents in the event of his
7.1 Commercial General and Automobile Liability Insurance.
Short Form Goods or Services Contract 3
death, is entitled to compensation from the City, the City may retain out of
sums due the Contractor under this Contract an amount sufficient to
cover such compensation as fixed by said Act, until such compensation is
paid or until it is determined that no compensation is due and if the
City is compelled topay such compensation, it will deduct and retain
from the sums due the Contractor the amount so paid.
7.3 Additional Insurance Provisions.
Said policies shall constitute primary insurance as to the City, and its
officers, agents, and employees, so that other insurance policies held by or
for them or the City’s self-insurance program shall not be required to
contribute to any loss covered under the Contractor's insurance policy or
policies.
7.4 Coverage Verification.
7.4.1 Upon notification of receipt by the City of a notice of cancellation,
major change in coverage or expiration, Contractor shall file with the
City a certified copy of the required new or renewal policy.
7.4.2 If, at any time during the life of the Contract or any extension thereof,
Contractor fails to maintain the required insurance in full force and
effect, all work under the Contract shall be discontinued immediately
and all payments due or that become due to the Contractor will be
withheld until notice is received by the City that the required
insurance has been restored to full force and effect and that the
premiums therefore have been paid for a period satisfactory to the
City. Any failure to maintain the required insurance will be sufficient
cause for City to immediately terminate the Contract.
8.Payment of Prevailing Wages
Contractor is aware of the requirements of California Labor Code Section 1720,
et seq., and 1770, et seq., as well as California Code of Regulations, Title 8,
Section 1600, et seq., (“Prevailing Wage Laws”), which require the payment of
prevailing wage rates and the performance of other requirements on “Public
Works” and “Maintenance” projects. If services are being performed as part of an
applicable “Public Works” or “Maintenance” project, as defined by the Prevailing
Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to
fully comply with such Prevailing Wage Laws. Contractor shall determine the
applicable prevailing rates and make copies of the prevailing rates of per diem
wages for each craft, classification or type of worker needed to execute the
services available to interested parties upon request, and shall post copies at the
Contractor’s principal place of business and at the project site. Contractor shall
defend, indemnify and hold the City, its elected officials, officers, employees and
agents free and harmless from any claim or liability arising out of any failure or
alleged failure to comply with the Prevailing Wage Laws. The provisions of this
Section may be waived in if inapplicable to the services provided hereunder.
Short Form Goods or Services Contract 4
9.
At any time during the term of this Contract, the City reserves the right to make
an independent investigation into the background of Contractor’s personnel who
perform work required by this Contract, including but not limited to their
references, character, address history, past employment, education, social
security number validation, and criminal or police records, for the purpose of
confirming that such personnel are lawfully employed, qualified to provide the
subject service or pose a risk to the safety of persons or property in and around
the vicinity of where the services will be rendered or City Hall. If the City makes a
reasonable determination that any of Contractor’s prospective or then current
personnel is deemed objectionable, then the City may notify Contractor of the
same. Contractor shall not use that personnel to perform work required by this
Contract, and if necessary, shall replace him or her with a suitable worker.
Background Checks
Short Form Goods or Services Contract 5
11.
10.Amendment
Any amendments to this Contract must be in writing, signed by both parties and
affixed hereto.
Entire Agreement
This Contract contains the entire understanding between the parties relating to the
obligations described herein. All prior or contemporaneous understandings,
agreements, representations and statement, oral or written, are superseded in
total by this Contract and shall be of no further force or effect.