HomeMy WebLinkAboutR2026-043 20260223RESOLUTION NO. R2026-43
A Resolution of the City Council of the City of Pearland, Texas, authorizing
participation in an interlocal cooperative purchasing program for the purchase
of the NoTraffic Detection System for eleven intersections to Texas Highway
Products, in an amount not to exceed $319,100.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the purchase of the NoTraffic Detection System from Texas Highway
Products, in an amount not to exceed $319,100.00, is hereby approved.
Section 2. That the City Manager or his designee is hereby authorized to execute an
agreement for the purchase of the NoTraffic Detection System for eleven (11) intersections.
PASSED, APPROVED and ADOPTED this the 23rd day of February, A.D., 2026.
________________________________
J.KEVIN COLE
MAYOR
ATTEST:
________________________________
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
________________________________
LAWRENCE G. PROVINS
CITY ATTORNEY
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 1 of 7
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SERVICE CONTRACT NO. ____43-26____
For Vehicle Detection System
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home-
rule municipal corporation (“City”) and Contractor. (“Contractor"), and consisting of the following parts:
I.Summary of Contract Terms
II.Signatures
III.Standard Contractual Provisions
IV.Special Terms and Conditions
V.Additional Contract Attachments
I.Summary of Contract Terms.
Contractor:
Description of Services:
Contract Amount:
Effective Date:
End Date:
Renewals:
Resolution No/Bid No:
Texas Highway Products, LTD
1309 Clark St.
Round Rock, TX, 78681
Contractor will provide City of Pearland with vehicle detection
cameras for maintenance and operations for eleven intersections
as specified on Quote No. Q-2616795, as per Buyboard Contract
No. 703-23.
$ 319,100.00
02/23/2026
02/22/2027
0
R2026-43, Quote No. Q-2616795
II.Signatures
CITY OF PEARLAND CONTRACTOR
Purchasing Officer Date Title:
Date:
*Signed by:Date
Superintendent/Manager
Director
Deputy/Assistant City Manager
City Manager
–
Ray Mendoza
Finance Manager
2/17/2026
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
3/2/2026 | 2:23 PM CST
2/24/2026 | 12:13 PM CST
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 2 of 7
III. Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services (“Services”) in response to Request for
Bid/Proposal or Quote No . _Q-2616795_ (“Solicitation”), which Solicitation includes the required
scope of work and all specifications and which Solicitation and the Contractor’s bid or proposal
response, as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2,
respectively, as if each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as
detailed in Attachment A, the content of which is incorporated by reference into this Contract
as if fully set out here in its entirety, and in accordance with Exhibit 2.
2. Term. This Contract is for (1) years, with performance commencing upon the effective date
or the date of issuance of the notice to proceed issued by the Contract Administrator or the
Purchasing Division, or upon the performance date listed in the notice to proceed, whichever
is later. The parties may mutually extend the Term of this Contract for up to (none) additional
one-year periods (“Option Period(s)”), provided, the parties do so by written amendment prior
to the expiration of the original term or the then -current Option Period. The City’s extension
authorization must be executed by the City Manager or designee.
3. Compensation and Payment. This Contract is for an estimated amount of $ 319,100.00,
subject to approved extensions and changes. Payment will be made for Services completed
and accepted by the City within thirty (30) days of acceptance, subject to receipt of an
acceptable invoice. Contractor shall invoice no more frequently than once per month. All
pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment
B, the content of which is incorporated, in its entirety, by reference into this Contract. Any
amount not expended during the initial term or any option period may, at the City’s discretion,
be allocated for use in the next option period.
Invoices will be emailed to the following email address with a copy provided to the Contract
Administrator:
City of Pearland
Attn: Accounts Payable
Email: accountspayable@pearlandtx.gov
4. Contract Administrator. The Contract Administrator designated by the City is responsible
for approval of all phases of performance and operations under this Contract, including
deductions for non-performance and authorizations for payment. The City’s Contract
Administrator for this Contract is as follows:
Name: Elsy Martinez
Department: Engineering & Public Works
Phone: 281-652-1946
Email: elmartinez@pearlandtx.gov
5. Insurance; Bonds.
(A) Before performance can begin under this Contract, the Contractor must deliver a
Certificate of Insurance (“COI”), as proof of the required insurance coverages, to the
City’s Contract Administrator. Additionally, the COI must state that the City shall be
provided no less than thirty (30) days’ advance written notice of cancellation, material
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 3 of 7
change in coverage, or intent not to renew any of the policies. The City must be named
as an additional insured. The City Attorney must be given copies of all insurance
policies within ten (10) days of the City Manager or his designee’s written request.
Insurance requirements are as stated in Attachment C, the entirety of which is
incorporated by reference into this Contract.
(B) Contractor shall provide any required payment bond, performance bond, or both, prior
to commencement of performance under this Contract. The terms, conditions, and
amounts of the bonds and appropriate surety information shall be included in the
RFB/RFP or as may be added to Attachment C, and such content, the entirety of
which, shall be incorporated into this Contract.
6. Purchase Release Order. For multiple-release purchases of Services provided by the
Contractor over a period of time, the City will exercise its right to specify time, place and
quantity of Services to be delivered in the following manner: the authorized City department
or division shall send to Contractor a purchase release order signed by an authorized agent
of the department or division. The purchase release order shall refer to this Contract, and
Services shall not be rendered until the Contractor receiv es the signed purchase release
order.
7. Inspection and Acceptance. City may inspect all Services and products supplied before
acceptance. Any Services or products that are provided but not accepted by the City must be
corrected or re-worked immediately at no charge to the City. If immediate correction or re -
working at no charge cannot be made by the Contractor, a replacement service may be
procured by the City on the open market and any costs incurred, including add itional costs
over the item’s bid/proposal price, shall be paid by the Contractor within thirty (30) days of
receipt of City’s invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Contract are new, quality
items that are free from defects, fit for their intended purpose, and of good material and
workmanship. The Contractor warrants that it has clear title to the products and that
the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Contract shall be warranted by the
Contractor or, if indicated in Attachment D by the manufacturer, for the period stated
therein. Attachment D, the entirety of which, is attached to this is incorporated into this
Contract.
(C) Contractor warrants that all Services will be performed in accordance with the standard
of care used by similarly situated contractors performing similar services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule
are estimates only and do not obligate the City to order or accept more than the City’s actual
requirements nor do the estimates restrict the City from ordering less than its actual needs
during the term of the Contract including any Option Period. Substitutions and deviations from
the City’s product requirements or specifications are prohibited without the prior written
approval of the Contract Administrator.
10. Non-Appropriation. The continuation of this Contract after the close of any fiscal year of the
City, which fiscal year ends on September 30th annually, is subject to appropriations and
budget approval specifically covering this Contract as an expenditure in said budget, and it is
within the sole discretion of the City’s City Council to determine whether or not to fund this
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 4 of 7
Contract. The City does not represent that this budget item will be adopted, as said
determination is within the City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor shall perform all work required by this Contract as an
independent contractor and will furnish such Services in its own manner and method, and
under no circumstances or conditions will any agent, servant or employee of the Contractor
be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts
or utilize the services of subcontractors unless the subcontractors were identified in the
bid/quote/proposal or approved by the Contract Administrator.
13. Amendments. This Contract may be amended or modified only in writing and executed by
authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this Contract
waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes,
unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be
provided proof of payment of these taxes within 15 days of such request.
16. Notice. Any notice required under this Contract must be given by hand delivery, or certified
mail, postage prepaid, and is deemed received on the day hand -delivered or on the third day
after postmark if sent by certified mail. Notice must be sent as follows:
IF TO CITY:
City of Pearland
Attn: Yolci Ramirez
Title: Traffic Engineer
Address: 2016 Old Alvin Rd. Pearland, TX 77584
Phone: 281-652-1686
IF TO CONTRACTOR:
Texas Highway Products LTD
Attn: Tim Morehead
Title: Regional sales Manager
Address: 1309 Clark St. Round Rock, TX 78681
Phone: 512-255-7633
17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT
DOCUMENT THAT LIMITS THE CONTRACTOR’S LIABILITY TO THE CITY OR
RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR
COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE
PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR CONTRACTUAL
INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT
APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN
ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES
OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR
DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR
JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S
NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 5 of 7
THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION
DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO
IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS
CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD-
PARTY DEFENDANT AS ALLOWED BY LAW.
18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to
resolve any disputes that may arise between them regarding this Contract. If either party
disputes any matter relating to this Contract, the parties agree to try in good faith, before
bringing any legal action, to settle the dispute by submitting the matter to mediation before a
third party who will be selected by agreement of the parties. The parties will each pay one-half
of the mediator’s fees.
19. Attorney’s Fees. Should either party to this Contract bring suit against the other party for
breach of contract or for any other cause relating to this Contract, neither party will seek or be
entitled to an award of attorney’s fees or other costs relating to the suit.
20. Termination.
(A) City Termination for Convenience. Under this paragraph, the City may terminate this
Contract during its term at any time for the City’s own convenience where the
Contractor is not in default by giving written notice to Contractor. If the City terminates
this Contract under this paragraph, the City will pay the Contractor for all services
rendered in accordance with this Contract to the date of termination.
(B) Termination for Default. Either party to this Contract may terminate this Contract as
provided in this paragraph if the other party fails to comply with its terms. The party
alleging the default shall provide the other party notice of the default in writin g citing the
terms of the Contract that have been breached and what action the defaulting party must
take to cure the default. If the party in default fails to cure the default as specified in the
notice, the party giving the notice of default may terminate this Contract by written notice
to the other party, specifying the date of termination. Termination of this Contract
pursuant this paragraph does not affect the right of either party to seek remedies for
breach of the Contract as allowed by law, including any damages or costs suffered by
either party.
21. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a copy of the
owner’s manual and/or preventative maintenance guidelines or instructions if available for any
equipment purchased by the City pursuant to this Contract. Contractor must provide such
documentation upon delivery of such equipment and prior to receipt of the final payment by
the City.
22. Limitation of Liability. The City’s maximum liability under this Contract is limited to the total
amount of compensation listed in this Contract. In no event shall the City be liable for
incidental, consequential or special damages.
23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest
contained herein, is effective unless the City Manager first gives written consent to such
assignment. The performance of this Contract by the Contractor is of the essence of thi s
Contract, and the City Manager's right to withhold consent to such assignment is within the
sole discretion of the City Manager on any ground whatsoever.
24. Severability. Each provision of this Contract is considered to be severable and, if, for any
reason, any provision or part of this Contract is determined to be invalid and contrary to
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 6 of 7
applicable law, such invalidity shall not impair the operation of nor affect those portions of this
Contract that are valid, but this Contract shall be construed and enforced in all respects as if
the invalid or unenforceable provision or part had been omitted.
25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract,
its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference
to the documents in the following order of priority:
A. this Contract (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor’s bid response (Exhibit 2).
26. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code
Section 2252.908, as it may be amended, and to complete Form 1295 “Certificate of
Interested Parties” as part of this Contract if required by said statute for items approved by
the City Council.
27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the
performance of this Contract. The applicable law for any legal disputes arising out of this
Contract is the law of the State of Texas, and such form and venue for such disputes is th e
appropriate district, county, or justice court in and for Brazoria County, Texas.
28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory
executing this contract on behalf of company verifies that the company does not boycott Israel
and will not boycott Israel during the term of this contract. This clause is subject to companies
with ten or more full time employees and the contract value is $100,000 or more that is to be
paid wholly or partially with public funds of the governmental entity.
29. Public Information Act Requirements. This paragraph applies only to Contracts that have
a stated expenditure of at least $1,000,000 or that result in the expenditure of at least
$1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code,
regarding certain entities requirement to provide contracting information to governmental
bodies in connection with a public information request, may apply to this cont ract and the
Contractor agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
30. Entire Agreement. This Contract constitutes the entire agreement between the parties
concerning the subject matter of this Contract and supersedes all prior negotiations,
arrangements, agreements, and understandings, either oral or written, between the parties.
IV. Special Terms and Conditions. None.
V. Additional Contract Documents
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 7 of 7
Incorporated by Reference Only:
Exhibit 1: Quote No. Q-2616795
Exhibit 2: Contractor’s Bid/Proposal Response
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
ATTACHMENT A – SCOPE OF WORK
Scope of services provided shall consist of vehicle detection cameras for maintenance and operations
for eleven intersections as specified on Quote No. Q-2616795, as per Buyboard Contract No. 703-23.
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
Texas Highway Products, LTD QUOTE
1309 Clark St., Round Rock, TX 78681
Phone: (512) 255-7633 Fax: (512) 255-7634
www.trafficsignals.com
Q-2616795
DATE: 01/30/2026
ACCOUNT:
Pearland City of
2559 Hillhouse
Pearland, Texas 77584
PREPARED FOR:
Pearland City of
Yolci Ramirez
PREPARED BY:
Tim Morehead
Email: tmorehead@trafficsignals.com
Phone: (512) 255-7633
Fax: (512) 255-7634
JOB SHIPPING & TRACKING INFO SHIPPING TERMS ESTIMATED
DELIVERY DATE
PAYMENT
TERMS
Pearland NT With Installation (11 Intersections)Best Way FOB Shipping Pt Net 30
1/19/2026 11:25:12 AM Page 1 of 3
ITEM #PRODUCT NAME DESCRIPTION QTY UNIT PRICE LINE TOTAL
1 NT-DET - OMNI
NT-DET NOTRAFFIC MOBILITY PLATFORM:
Hardware and AI Detection Modules. NoTraffic
hardware per intersection WITH 5-years of
Access to Mobility OS, of NOC Monitoring, of
Connectivity, and 5-YR Hardware Warranty.
4 $23,500.00 $94,000.00
2
NT-Omni Control
Unit - PRD-
NU000001-00-
OMNI
NEXUS OMNI. NoTraffic Control Unit - installed
in cabinet with Application Manager Software -
1 per cabinet.
4
3
NT-V2X Sensor
Unit - PRD-
SU000100-10
NoTraffic V2X Connected Vehicle Transponder
Road Side Unit integrated Radar & Video
Detection Sensor ADV & Stop Bar in One -
installed on Camera bracket - not included 1 per
intersection
4
4 NT-Sensor Unit -
PRD-SU000101-10
NoTraffic Radar & Video Detection Sensor ADV &
Stop Bar in One - installed on Camera bracket -
not included 1 per approach
12
5 NT-Antenna
Housing BASE AND COVER ASSEMBLY - 1 PER CABINET 4
6 NT-ANT-
00000001-01 Synergy 9 in 1 Antenna (1 PER CABINET)4
7 SS-SB70-CM Standard Camera Mount 70 inches Band. Side of
Pole Mount or Top of Pole Mounting option.16
8
NT-PRD-
PB000001-00-
Power Unit-OMNI
NoTraffic Sensor power unit, accommodates 4
sensors 4
9 NT-DET - OMNI
NT-DET NOTRAFFIC MOBILITY PLATFORM:
Hardware and AI Detection Modules. NoTraffic
hardware per intersection WITH 5-years of
Access to Mobility OS, of NOC Monitoring, of
Connectivity, and 5-YR Hardware Warranty.
7 $23,500.00 $164,500.00
10
NT-Omni Control
Unit - PRD-
NU000001-00-
OMNI
NEXUS OMNI. NoTraffic Control Unit - installed
in cabinet with Application Manager Software -
1 per cabinet.
7
ATTACHMENT B – BID/PRICING SCHEDULEDocusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
Texas Highway Products, LTD QUOTE
1309 Clark St., Round Rock, TX 78681
Phone: (512) 255-7633 Fax: (512) 255-7634
www.trafficsignals.com
Q-2616795
DATE: 01/30/2026
ACCOUNT:
Pearland City of
2559 Hillhouse
Pearland, Texas 77584
PREPARED FOR:
Pearland City of
Yolci Ramirez
PREPARED BY:
Tim Morehead
Email: tmorehead@trafficsignals.com
Phone: (512) 255-7633
Fax: (512) 255-7634
JOB SHIPPING & TRACKING INFO SHIPPING TERMS ESTIMATED
DELIVERY DATE
PAYMENT
TERMS
Pearland NT With Installation (11 Intersections)Best Way FOB Shipping Pt Net 30
1/19/2026 11:25:12 AM Page 2 of 3
11
NT-V2X Sensor
Unit - PRD-
SU000100-10
NoTraffic V2X Connected Vehicle Transponder
Road Side Unit integrated Radar & Video
Detection Sensor ADV & Stop Bar in One -
installed on Camera bracket - not included 1 per
intersection
7
12 NT-Sensor Unit -
PRD-SU000101-10
NoTraffic Radar & Video Detection Sensor ADV &
Stop Bar in One - installed on Camera bracket -
not included 1 per approach
21
13 NT-Antenna
Housing BASE AND COVER ASSEMBLY - 1 PER CABINET 7
14 NT-ANT-
00000001-01 Synergy 9 in 1 Antenna (1 PER CABINET)7
15 SS-SB70-CM Standard Camera Mount 70 inches Band. Side of
Pole Mount or Top of Pole Mounting option.28
16
NT-PRD-
PB000001-00-
Power Unit-OMNI
NoTraffic Sensor power unit, accommodates 4
sensors 7
17 IMSA 14/3C 19-1 IMSA 14-3C 19-1 7000 $0.80 $5,600.00
18 Install - Set Up
Assistance (THP)
Install - Set Up Assistance (THP) PER DAY -
Extend If needed 11 $5,000.00 $55,000.00
Subtotal $319,100.00
Tax $0.00
ORDER TOTAL $319,100.00
Note: BUYBOARD PROPOSAL NO. 703-23, HIGHWAY SAFETY AND TRAFFIC CONTROL PRODUCTS - Pulling wire on 7
intersections
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
Texas Highway Products, LTD QUOTE
1309 Clark St., Round Rock, TX 78681
Phone: (512) 255-7633 Fax: (512) 255-7634
www.trafficsignals.com
Q-2616795
DATE: 01/30/2026
ACCOUNT:
Pearland City of
2559 Hillhouse
Pearland, Texas 77584
PREPARED FOR:
Pearland City of
Yolci Ramirez
PREPARED BY:
Tim Morehead
Email: tmorehead@trafficsignals.com
Phone: (512) 255-7633
Fax: (512) 255-7634
JOB SHIPPING & TRACKING INFO SHIPPING TERMS ESTIMATED
DELIVERY DATE
PAYMENT
TERMS
Pearland NT With Installation (11 Intersections)Best Way FOB Shipping Pt Net 30
1/19/2026 11:25:12 AM Page 3 of 3
ALL QUOTES ARE VALID FOR 30 DAYS.
PLEASE SEND PO’S TO: MCAMP@TRAFFICSIGNALS.COM AND THPACCOUNTING@TRAFFICSIGNALS.COM
THP ON-SITE ASSISTANCE IS AVAILABLE FOR ADDITIONAL FEES.
SUPPORT ITEMS ARE AVAILABLE ON BUYBOARD & SMARTBUY
PLEASE CONTACT US TO VERIFY PRICING IF YOUR QUOTE IS OLDER THAN 30 DAYS.
PURCHASER TO VERIFY ALL QUANTITIES PRIOR TO PLACING ORDER.
A CREDIT CARD FEE OF 4% IS ADDED TO CREDIT CARD PAYMENTS.
THANK YOU FOR YOUR BUSINESS!
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
¡MAP PREPARED: JANUARY 2026
CREATED WITH WEB PRINT TOOL
This product is for informational purposes and may not have been
prepared for or be suitable for legal, engineering, or surveying
purposes. It does not represent an on-the-ground survey and
represents only the approximate relative location of property boundaries.
1 inch = 6,019 feet
0 0.65 1.3
mi FY 26 Traffic Signal Detection System
CITY OF PEARLAND
Simsbrook Dr
Play
e
r
S
t
HiramCl
a
r
k
e
R
d
F
u
r
m
a
n
R
dChisw
i
c
k
R
d
C
i
t
y
s
c
a
p
e
A
v
e
F u q u a S t
S ims Bay o u
Greenway
M a g n o l i a P k w y
Sou
t
h
F
wy
Business
Center
D
r
Kir
b
y
D
r
County
R
oad
9
4
Southdown Dr
M
i
l
ler
R
a
n
c
h
R
d
C
o
u
n
t
y
R
o
ad
48
Tri
n
ityBayDr
Kingsley
Dr
P a l m e t to S t
E D a l l a s R d
Fu
r
m
a
n
R
d
H
iram
C
lar
k
e
R
d
S
c
o
t
t
S
t
Fe l l o w s R d
A n d e r s o n R d H
o
o
p
e
r
R
d
H
o
o
p
e
r
R
d
R i l e y R d
B
r
i
d
g
e
p
o
r
t
R
d
S S a m H o u s to n To l lw a y E
To m B as s
Regio na l I Pa r k
&Do g P ark
A lmeda S c hool
Road P ark
S outhwy c k
Golf
Course
Cl ea r
Cr eek
Golf
Cour s e
Country
P lace
Count
y
R
o
a
d
4
8
County Road 5 8 Cou n ty R o a d 5 8
RodeoDr
Del
B
e
l
l
o
Rd
C
r
o
i
x
P
k
w
y
Bailey AveEPalmSt
S y c a m o r e S t
F u q u a S t F u q u a S t
A l l i s o n R d
Ran
d
o
l
p
h
S
t
Fo
x
t
o
n
R
d B
a
l
lanti
n
e
S
t
M
c
L
e
a
n
R
d
Ro
y
R
d
M c H ar d R d
Old
A
l
v
i
n
R
d
B r o o k s i de Rd
H
a
r
k
e
y
R
d
P a t r i d g e D r
Hat
fiel
d
R
d
W
Oa
k
s
B
l
v
d
H u g h e s R a n c h R d
North fo rk Dr
S p r i n g fi e l d A v e
W W a l n u t S t
Fi t e R d
K n a p p R d
M
a
x
R
d
W
o
o
d
y
R
d
Wo
o
d
y
R
d
O
d
a
y
R
d
S
u
b
u
r
b
a
n
G
a
r
d
e
n
R
d
S
t
o
n
e
R
d
R
e
id
R
d
V
e
t
e
r
a
n
s
Dr
S c h u r m i e r R d
S S a m H o u s t o n T o l l w a y E C l ea r Cr ee k
B ayou
Gr eenwa y
P E A R L A N D
A
l
l
e
n
R
dBahlerAve
A m i e L n
B a i l e y R d
Ol d M a s s e y R a n c h R d
Chocolat
e
B
a
y
o
u
R
d
H
a
r
k
e
y
R
d
S
p
e
a
r
s
R
d
We
lls
D
r
PattersonRd
W
e
l
l
b
o
r
n
R
d P
e
a
r
l
a
n
d
S
i
t
e
s
R
d
B a i l e y A v e
Kur land D r
Rowle
t
t
Rd
Wa y f a r e r L n
Houston
Sk y s craper
Shadows Trail
WestministerSt
PearlandPkwy
BarryRoseRd
LongwoodDr
MelodyLn
YostBlvd
HughesRd
HughesRd
SaboRd
KirkholmDr
BeamerRd
ScarsdaleBlvd AstoriaBlvdSageaspenLn
HallRdKirkfairDr
Monr
o
e
R
d
KingspointRd
KirkvilleDr
S S a m H o u s t o n T o l l w a y W
45
El Fr an c o Le e
P ark
Golfc r es t
Countr y
C lub
Tim ber
C r eek
Golf Club
CountyRoad129
SunsetDr
Wi l d e r nessTrl
Indus trial Dr RusticLn
GreenbriarAve
P ea r land
Regional A i r po r t
F R I E N D S W O O D
LeisureLn
FM
521
B R OA D W A Y S T
FM 223 4
ALMEDA
RD
BRAZORIA
COUNTY
Clear Creek
FM
521
BRAZORIA
COUNTY
KIRBYDR H U G HES R A N C H R D
B R O A D W A Y S T
S
T
O
N
E
R
D
KINGSLEY
DR
M C H A R D R D
F I T E R D
BUS
INESS
CENTE
R
DR
Hickory Slough
Clear Creek
M A G N O L IA P K WY
MAGNOLIA P K W Y
CR
90
B A IL E Y R D
CR
9
4
MYKA
W
A
R
D
PEARLAND
PKWY
M
A
I
N
S
T
O
L
D
A
L
V
I
N
R
D
M
A
X
R
D
H
A
T
FIE
LD
R
D
GA
R
D
E
N
R
D
G
A
R
D
E
N
R
D
R
O
Y
R
D
O'
D
A
Y
R
D
R
E
I
D
B
L
V
D
BROADWA Y S T
W O R A N G E S T
F I T E R D
HickorySlough
Marys Creek
Clear Creek
MAINST DIXIEFARMRD
M AGN O L I A P K W YM
A
N
V
E
L
R
D
VETE
R
A
N
S
D
R
H
A
R
K
E
Y
R
D
F
M
1
1
2
8
B A I L E Y R D
PEARLANDPKWY
CowartCreek Diversion
DIXIE FARMRD
YOSTBLVD
TurkeyCreek
Ditch
Marys Creek
GA
L
VE
STON
COUNTY
City of Houston, HPB, Texas Parks & Wildlife, CONANP, Esri, TomTom, Garmin, SafeGraph, GeoTechnologies, Inc, METI/NASA, USGS, EPA, NPS, USDA, USFWS
11
10
8
7
6
5
9
4
3
2
1
8.S Spectrum at Kirby
9.Bailey at 1128
10.Dixie Farm at Pearland Parkway
11.Old Alvin at McHard
1.Broadway at Liberty
2.Pearland Parkway at Providence Village
3.McHard at Roy
4.Bailey at McLean
5.Dixie Farm at McGinnings
6.Dixie at McDonald
7.N Spectrum at Kirby
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
NoTraffic U.S., Inc. 10801 Mastin Boulevard, Suite 620 Overland Park, Kansas 66210
January 19, 2026
Yolci Ramirez
Traffic Engineer
Engineering & Public Works
City of Pearland
2016 Old Alvin Rd
Pearland, TX 77584
RE: Texas Highway Products- Sole Source NoTraffic Reseller in the State of Texas
Dear Yolci:
This letter is to confirm that Texas Highway Products is the sole source NoTraffic Reseller in the State of
Texas. Please let me know if you need any additional information.
NoTraffic greatly appreciates the opportunity to work with you and your team!
Sincerely,
Thomas Cooper
Vice President Public Sector
tom@notraffic.tech
(267) 456 - 7185
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
ATTACHMENT C – INSURANCE REQUIREMENTS
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
Purchasing Department
281.652.1775
ebids@pearlandtx.gov
Contractor Insurance Requirements & Agreement
Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a
certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified
herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same
types and amounts of coverages as required herein or that the subcontractors are included under the contractor’s policy.
All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business
in the State of Texas and must be acceptable to the City of Pearland.
Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional
types and amounts of coverages or provisions depending on the nature of the work.
TYPE OF INSURANCE AMOUNT OF INSURANCE PROVISIONS
1. Workers’ Compensation
Employers’ Liability (WC)
Statutory Limits
$1,000,000 per occurrence
For WC, CGL, and BAL, the City is
to be provided a WAIVER OF
SUBROGATION.
CGL and BAL, City to be listed as
additional insured and provided 30-
day notice of cancellation or material
change in coverage.
WC, CGL and BAL, City shall be
provided 30-day notice of
cancellation or material change in
coverage.
CGL will include a non-contributory
addendum.
2. Commercial General (Public)
Liability (CGL) to include coverage
for:
a)Premises/Operations
b)Products/Completed
Operations
c)Independent Contractors
d)Personal Injury
e)Contractual Liability
Personal Injury - $1,000,000 per
person; Property Damage -
$1,000,000 per occurrence;
General Aggregate - $2,000,000
3. Business Auto Liability (BAL) to
include coverage for:
a)Owned/Leased vehicles
b)Non-owned vehicles
c)Hired vehicles
Combined Single Limit -
$1,000,000
If the contract involves a professional service, the contractor will also be required to provide the City with professional liability
insurance in an amount of at least $1,000,000.
Certificate of Insurance forms may be emailed to: Purchasing Department at ebids@pearlandtx.gov. Questions regarding
required insurance should be directed to City of Pearland Purchasing Department, at ebids@pearlandtx.gov.
This form must be signed and returned with your bid/quotation. You are stating that you do have the required
insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of
insurance policy with the above requirements to the City. A purchase order will not be issued without
evidence of required insurance.
Agreement
I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City
of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors performing
work on the project.
Project/Bid #
Company:
Signature and Printed Name:
Service Contract # 43-26 Resolution # R2026-43 Quote # Q-2616795
Texas Highway Products
Ray Mendoza - Finance Manager
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB
ATTACHMENT D – WARRANTY
Services shall conform to the proposed specifications and all warranties as stated in the Uniform
Commercial Code and be free from all defects in material, workmanship and title.
Docusign Envelope ID: DC54D69B-E480-4DBB-9653-61ACE2851BBB