Loading...
HomeMy WebLinkAbout12/22/2020 PACKETBEAUMONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS CITY HALL 801 MAIN STREET TUESDAY, DECEMBER 22, 2020 1:30 PM C911]LKW`►9W.1X" 0 n1 * Approval of minutes — December 15, 2020 * Confirmation of board and commission member appointments A) Authorize the City Manager to execute an annual agreement with. Capital Edge Advocacy, Inc. to provide services as the City of Beaumont's Washington Assistant B) Authorize the City Manager to execute Change Order No. 3, accept maintenance, and authorize a final payment to Chief Solutions, Inc. for the Sewer Evaluation Work Order Contract -Phase III C) Amend Resolution No. 20-217 for the cost to repair a compactor used at the Landfill 0 BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager MEETING DATE: December 22, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute an annual agreement with Capital Edge Advocacy, Inc. to provide services as the City of Beaumont's Washington Assistant. BACKGROUND On a yearly basis since 1980, the City has contracted with an organization to provide legislative services on the federal level. Mr. Chris Giglio, as the City's Washington Assistant, is responsible for reviewing federal executive proposals, legislation under consideration, and proposed and adopted administrative rules and regulations which could impact the City of Beaumont's policies or programs. Staff is very pleased with the professionalism and high quality of service provided by Capital Edge. A letter from Mr. Giglio and the proposed contract are attached for your review. The contract amount of $68,400 remains the same as last year. The contract also includes a maximum of $4,000 for reimbursable expenses. FUNDING SOURCE General Fund. RECOMMENDATION Approval of the resolution. CapitalEdge December 10, 2020 Mr. Kyle Hayes City Manager P.O. Box 3827 Beaumont, TX 77704 Dear Kyle: Please consider this a formal request for a twelve-month renewal of our contract with the City for federal lobbying and information services. Our current agreement expires on December 31 and we do not seek any changes. The COVID-19 pandemic certainly had an impact on activities in Washington this year, but Congress has succeeded in providing some relief, predominantly through .the CARES .Act this spring. And, as you know, the President and Congress are currently working to enact another round of pandemic relief in which we have been working to ensure that Beaumont can receive direct funding should state and local assistance be included. Congress is also finalizing a FY 2021 federal budget in the next week, and we believe that many of the programs that the City accesses, such as CDBG and HOME at HUD, :public safety programs at Justice and DHS, and highway and transit programs at Transportation, will be funded near or at their current levels. In the coming year, we hope to. continue to assist the City in ensuring the flow of federal . assistance and reimbursement in the wake of recent storms, continued funding for the deepening of -the- Sabine -Neches Ship Channel, protecting the City from federal preemption of local. authority in areas such as telecommunications, drones, and autonomous vehicles, and other City priorities on the federal level. We also continue to advocate for Congress coming together for a broad -based infrastructure package that could provide some stimulus for important priorities in Beaumont. such as drainage, wastewater and drinking water improvements, transportation, and community pre -disaster mitigations efforts. As always, it has been a.pleasure to serve the City of Beaumont in Washington, and we are grateful for your guidance and that of the Mayor and City Council. Please feel free to contact me with any questions you may have about our_services. Sincerely, i Christopher F. Giglio RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute an annual agreement with Capital Edge Advocacy, Inc. to serve as the City of Beaumont's Washington, D.C. Assistant in the amount of $68,400.00, with an additional maximum amount of $4,000.00 for reimbursable expenses. The agreement is substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of December, 2020. - Mayor Becky Ames - AGREEMENT BETWEEN THE CITY OF BEAUMONT, TEXAS AND CAPITAL EDGE ADVOCACY, INC. 1212 NEW YORK AVENUE, NW - SUITE 250 WASHINGTON, D.C. 20005-3953 - Pursuant to this agreement, the City of Beaumont, Texas (hereinafter sometimes referred to as the "City") and Capital Edge Advocacy, Inc. (hereinafter sometimes referred to as "Consultant") agree to assume the following obligations. L Obllga Lions of Consultant A. Consultant will organize and operate a unit to act as a Washington office for the City and will be the assigned member of its staff. Consultant will be responsible for obtaining and furnishing requisite staff, .office space, utilities, furnishings, and. equipment, common -use office supplies and services, and general administrative support according to the level of service specified in Paragraph IV; B. Consultant will confer with the City Manager and such other City personnel as the City Manager may designate at the times. and places mutually agreed to by the City Manager on all organizational planning and .program activities which have a bearing on the ability of the City to make the best use of federal aid programs; -and will act as Washington Assistant to the City of Beaumont, Texas; C. As Washington Assistant the Consultantwill review federal executive proposals, legislation under consideration, proposed and adopted administrative rules and regulations and other Washington developments for the purpose of advising the City of those items which may have a bearing on City policy or programs; D. More specifically, as Washington Assistant the Consultant will advise and consult on behalf of the City with the White House and any other Federal agencies, departments and commissions as may be necessary to the performance of full Washington service to the City Manager and the City. Additionally, the Consultant will act as liaison with the U.S. Conference of Mayors and the National League of Cities, and will furnish legislative and administrative analyses of issues as requested; 1 EXHIBIT "A" E. As Washington Assistant the Consultant will secure and furnish such detailed information as may be available on federal programs in which: the City indicates an interest; F. As Washington Assistant the Consultant will review and comment on proposals of the City which are being prepared for submission to federal agencies when requested to do so by the City Manager or his designees; G. As Washington Assistant the Consultant will maintain liaison with the City's Congressional delegation and will assist the delegation in any matter which the City determines to be in its best interest in the same manner as any other member of the City's administrative staff might render assistance; H. As Washington Assistant the Consultant will counsel with the City regarding appearances by - City personnel before Congressional committees and administrative agencies and will arrange for appointments and accommodations. for City personnel as necessary; I: As Washington Assistant the Consultant will contact federal agencies on the City's behalf when City applications are under consideration by such agencies and counsel the City to take whatever steps appear to be required to obtain . the most favorable consideration of such applications; J. As Washington Assistant the Consultant will advise and consult with or otherwise make assistance available to such representatives of the private sector who are. engaged. in economic development activities as determined by the City Manager to be in the best interests of the City; K. In fulfilling her responsibilities under this Agreement, the Washington Assistant will act in the name of the City of Beaumont, -Texas under the supervision of the City Manager. Any change in the person of the Washington Assistant from the person representing the City as of the effective date of this agreement must be approved by the City.Manager. 11. Obligations of the City ofBeaumont, Texas A. To advise the Consultant of the name or names of persons other. than the City Manager authorized to request service and the person.or persons to be kept advised by the Washington Assistant; Pj B. To supply the Consultant with a summary of all federal programs in which the City is participating and advise the Consultant- of any new applications _filed, together with pertinent details as to the substance of such applications; C. To supply the Consultant with copies of budgets, planning documents, and regular reports of the City Manager and departments, Council agenda and proceedings, newspapers and other materials which will assist the Consultant in keeping current on City policies and programs; D. To reimburse the Consultant for expenses incurred on behalf of the City pursuant to the duties of Paragraph I as approved by the City Manager subject to. the provisions of Paragraph IV; III. The City ofBeaumont, Texas and the Consultant concur that the following exclusions shall apply to this Agreement.• A. The Consultant: 1. Will not represent commercial or industrial establishments of the City in pursuit of federalbusiness except in accordance with the provisions of Paragraph I, Subparagraph J, above; 2. Will not, by virtue of this Agreement, represent other local. government agencies in Beaumont, Texas except those which are instrumentalities or agencies of the City of Beaumont, Texas; 3. Will not perform any legal, engineering, accounting or other similar professional service; 4. Will not directly or indirectly participate in or intervene in any political campaign on behalf of or in opposition toany candidate for public office in or representing the City. IV. Compensation The cost of service will be $68,400.00 for twelve months, payable in advance, in equal monthly installments of $5,700.00 commencing on the first day of January 2021. In addition, a maximum of $4,000.00 for reimbursable expenses incurred pursuant to Paragraph II, Subparagraph D. 3 V. Termination Either party may terminate this Agreement at any time by giving the oilier at least sixty (60) days' notice in writing of such termination. IN WITNESS WHEREOF: ATTEST DATE .l At, elz-021-0 topher . Giglio, Capital_E b Advocacy, Inc. Kyle Hayes, City Manager 15 0 BEAUMONT ,ExAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Director of Public Works & Technology Services MEETING DATE: December 22, 2020 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute Change Order No. 3, accept maintenance, and authorize final payment to Chief Solutions, Inc. BACKGROUND On June 18, 2019, by Resolution .19-083, City Council awarded a contract to Chief Solutions, Inc., from Houston, in the amount of $528,367.02 for the. Sewer Evaluation Work Order Contract — Phase III. Previous Change Order Nos. 1 - 2, did not affect the contract amount, but extended the length of the contract by 184 calendar days, and are attached for your review. Proposed Change Order No. 3, in the amount of $20.10 is required to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project. If approved, the final contract amount will be $528,387.13. The project has been inspected by Water Utilities and found to be complete in accordance with .the provisions and terms set out in the. contract. Acceptance. of Change OrderNo. 3, maintenance, and final payment in the amount of $26,419.36 is recommended. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of the resolution. CITY OF BEAUMONT Date: Do comber 11, 2020 . Pra)acl: _ Savior Evaluation Work Order Contract •Phase IN - County: Micron". ' District: Deaumant Contract Number: BID NO. WU0219.14 Owner: city of Dseumonl Contractor: Chiordolulions, Imo - C.O.No„ 3 (Final Ohanys Order) THE FOLLOVANO CHANGES IN THE PLANS ANDIOR SPECIFICATIONS ARE HEREBY MADE: Ad)uslmanl or osWnaled qupna0as in the contract to rallacl the quantities used Utou21-cult apieJuLly it.. No. Ilan Codo DESCRIPTION Unll pd9inal Changoln Unit _ Ouanll quanlil prize Total , A00 3 2S5S Cksaoing 6'-00'Smyer,MDepths LF 40.000 54,630 $1.694198 $ 92,55793 4 ,2558 Chening 12'-05' Sewer, N Depths LF 20,000 :23,140 $1.94518 it S A5,011.65 10 .. .2558 TV inspection WAO' Sewer, All Depths LF. 40,000 54,mo $1.2W816 I S .70,51-1.28 11 2555 NlnspactIon lfi%]5'Sowo, M Depths LF 20,000 23,140 61.29081E S 29.839AS . DELETE ... .. 2 2556 Smake Tes" Solver _ LF 200,000 (142.997) $0.448200 11$W.091.26) 5 255E Clesnkg 16.2i'S4vner,MDepths LF 75,000 (8,270) $2.599560 ,(Si6,299.24) 8 2550 Cleaning 26•a0' Sewer, M Doghs LF 5.000 (5,000) ',55,190156 ($25.950.78) 7 2558 Gloaming 32-W Sewe,N Oapft LF ZOW (327) $ID.31t1712 - (5?,394.36) a 2558 Clom g4T-4e' Sawe,NDepths LF 2,000 (2,00(1) $15.570463 ($31,140.E4) 9: - 25Se Clearing 64'•7r Sewn, N Depths LF 1,000 (1,0(?0) $17.793S40 ($17,793,54) 12 2558 Nhsspec5an 16.24• Sewer. Ali Depths LF 15,000 (6,270) 51.9�51ee (512,196.33) 13 25S8 Nlnspa&.n 26'-00'Sewe, M Deplhs LF 5.000 (5,000) $2599580 ($12,997.E0) 14 255E TV Impaction 3r--3S• Bewer,N Depths LF 2,000 (327) 54.635784 ($1.4E720) 15 2558 TV inspection 4r-40'Sewe, N DepW LF 2.000 (2,000) $5,190158 (510.350.31) 16 2558 TV Inspection 54%72' Sower, All Depths LF 1.000 (1,000) $6.450972 ($6,480.97) 17 SD4 Basdndes, Signs end TmlfieHandtig Each 20 (201 $197.208 I ($3.944.16) IS. 2553 Obstiucfipn Ramovalhy Eamv;&n.NSlms.NDopMs LS 1 (1) $1.434.24 (51.43424) 19: 7557 Obstruction Removal by Remote AlsUwd(Sel•up tot Each Manhole,Srrcddn; AN sizes. All Depths) LE 1: (1) $]i5.t14 (5345.11) AF&W m Udareseen Works as Wiecled by the Owner Non 1 I1) $30.00090 (530.000.90) TOTAL AMOUNT OF THIS CHANOEORDER 20.10 - 0 CALENDAR DAYS WILL BE ADDEO TO THIS CHANGE ORDER ' ORIGINAL CONTRACTAMOUNT: - S 528,367.03 - NET FROM PREVIOUS CHANGE ORDERS: S TOTAL AMOUNT OF THIS CHANGE ORDER 3 - - .20AO ' PERCENT OF THIS CHANGE ORDER 0.O04% TOTAL PERCENT CHANGE ORDER TO DATE: 0.004% RON CONTRACTAMOUNT. S .528.367.13 CONTRACTTIME ORIGINAL COHTRACTTNIE:. 365 coWdordays - ADDITIONALTIME UNDERCO N6. 1 64 calendar days - ADOI1NONALTIIdEUNDERCON0.2 120 ealindardays - - REVISEDCONTRACTTIME 549 calendar days - 43.fulf PREPARED BY: - . DATE JOHN PIPP S III,EIT, DATE - - - . WATER LRIES IGN M AGER " REVIEWEDB : REVIE�YED AMALUS NLLARREAL, P.E - ATE OA GATE_ - CITYENOIN_EER - OIR TOR OF PUEUCWORKSAND TECHNOLOGY SERVICES APPROVED BY: ATTESTED BY. KYLE HAYES .. .. DATE TINA BROU33ARO . DATE .. CITY MANAGER CRY CLERK - RESOLUTION NO. 19-083 WHEREAS, the City of Beaumont solicited bids for furnishing all labor, materials, equipment, and supplies for the Sewer Evaluation Work Order Contract -Phase III Project; and, WHEREAS, Chief Solutions, Inc., of Houston; Texas, submitted a complete bid meeting specifications in the amount of $528,367.02.; and,. WHEREAS, the City Council is of the opinion that the bid submitted by Chief - Solutions, Inc., of Houston, Texas, is the lowest responsible bidder providing the best . value to the City and should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT, THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council hereby approves the award. of a contract to Chief Solutions, Inc., of Houston, Texas, in the amount of $528,367.02, for the Sewer Evaluation Work Order Contract -Phase III Project; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby . authorized to execute a Contract with Chief Solutions, Inc., of Houston, Texas, for the purposes described herein. The meeting at which this resolution was approved Was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 9th day of April, 2019. ayo Becky Ames= 1 l CITY Or' BEAUMONT DATE t 1Vlny 29, 2020 PA03ECT: SetvcrEvaluation WorltOrder Contract -PhaselU OIVNER: CITY Or, BRAUMONT CONTRACTOR.: fsolatlons,Inc. CHANGE ORDER: 2' } THE TOLLOIVING CHANGES IN THE PLANS AND/OR SPECIFICATIONS AIM HEREBYWIADE: Due to the COVM-19pandemic and resullingSmy-At-Rome Orders, the Contrcolor s staEllng structure has been severclyAffected. Additionally, the dagmded solver line canditionshnvo decreased Iho capturo rpto ofepch work order. Thls Change Order includes the addition or 120 calendar days to Ibb Contract to account for dolays roused by the pendemlo and the decreased capture rate incurred through hfay 2020. The arty Contract duration shall be 599 ealendardnys, with completion on Novenlber20, 7020. ' Add/Delete Contraction Hems and/or Quantities to ilia Coalract: " 1TEliNO. ITEM pESCRIPTIOIV UNl7' DID QUANTITY ACTUAL UNIT CHANGE ORDER COKE UANTIh' PRICE. AMOUNT TOTALANOUNT ADDEDIDEDUCTEII BROMTHE•CONTRACT $ ORIGINAL CONTRACT AMOUNT NET FROM PREVIOUS CHANGE ORDERS TOTAL AMOUNT Or THIS CHANGE ORDER: PERCENT OFTHIS CHANGE ORDER; TOTAL PERCENT CHANGE ORDERS TO DATE s NEW CONTRACT AMOUNT; s � ACQEPTEDBY: 120 CALENDAR DAYS IV1LL BE ADDED TO THE CONTRACT S SA367.02 S 0100% 0.00% S 525,367.0E 7 �~ zz. O1�t0PREPARED BY: v • `V v "ry / �E ; EDIVARD BROWN DATE % IVATEkUTII:ITIES DBSIONER I1 RECOMMENDHDBY: %Z!� RECOMMRNDEDBDA&d��► 0 d A L" I I J.A ARTKO V1AK DATE DIRECTOR UB CIVO�ICS TECHNOLOOYSERVICES • APPROVEDBY• ` ATTESTEDBY KYLERAYES, CITY MANAGER DATE CITYMANAGER w CLERK 6 •.1tab ATE CITY OF BEAM MONT DATE: April7,2020 PROJECT: Server Evaluation Work Order Coniract-PitnseIII OWNER: CITYOFBEAUhIONT CONTRACTOR: L`C f'Solullons,Inc. CHANGEORDER.. ifl THEFOLLOIVING CHANGES !N THE PLANS AND/OR SPEC1rICATIONS ARE HEREBY MADE: The actual numberorinclemmnt wentherdays lias exceeded Ihe20 days allotted in 11te Contract. This Chongo Order includes the od9hion of6d colendardays to the Contmct to account for the inclement weather related delays incurred through rebmory 2020. The new Contract duration sholl be 429 calendar days, with completion on July 31, 2020. AddlDclete Consiniclion Items and/or Ouanlities to the Contract: 1TGIIiNO. 1TEt1I DESCRIPTION UMT DID. ACTUAL UNLTPRICE CHANGE ORDER CODEQUANTITY QUANTITY AMOUNT TOTAL AIVIOUNTADDED/DEDUCfED FROM THE CONTRACT $ _ ORIGINAL CONTRACT AMOUNT : NET FROM PREVIOUS CHANCE ORDERS: TOTAL AMOUNT OFTHIS CHANGE ORDER t PERCENT OF THIS CHANGE ORDER: TOTAL PERCENT CHANGE ORDERS TO DATE: NEIVCONTRACT AMOUNTA. 1A 69 CALENDARDAYS MULL BE ADDED TO THE CONTRACT S 528,367.02 S S 0.00% O.00y. S 5211,367.02 'ACCEPTEDjCO.TBARTKUMAK v v r " PREPARED BY: / c �( /i�0 Q L IONS, IN DATE D� BROWN DATE R %VATERLTfUTIS DESIGNER II )11IDC•D$ �RECOb1hiENDHDHY; DATE AMALIA "MOLLY" VILLARREAL, PE DATE DIRECTOR OI:PUBLIC1VOT&TE�LOGYSERVICES m /FNG nnR/APPROVED BY: (J\� ATTESTEDJ3Y WUKYLEHAYES,CITYMANAGER DATE SARD DATE CITY MANAGER CrIY CLERK PROGRESS PAYMENT No. CONTRACT TIME BEGAN: CALENDAR DAYS ALLOWED: CALENDAR DAYS USED: CALENDAR DAYS OVER: Change Order Summary Contractor's Certification The undersigned Contractor certifies that to the best of its knowledge: 1. all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor'slegitimate obligations.Incurred in connection. with Work covered by prior Progress Payments. 2. title of. all Work, materialszrid equipment incorporated in said Work or otherwise listed in or covered by this Progress' Payment will pass to Owner at, _time of. payment free *and clear of all Liens, security interests and encumbrances (except such as are. covered by a Bond acceptable to Owner indemnifying Owner'against any such Liens, securl Interest or encumbrances); and 3. all Work covered by this Progress Payment is in accordance with the Contract Documents and is not defective. Contractor's Signature Name: Chief R. Davis Name Chief R. Davis Contractor A 42 �*010 Chief Solutions, Inc. is approved by. / /i�/ .9 / %r 3 6 (Owner) CITy�ON Paymentbf: S Z 6 q.3 6 is approved by. (Owner) CITY OF BEAUMONT CITY OF BEAUMONT, TX Sewer Evaluation Work Order Contract Phase III BID NO. WU0219-14 20-Final 5/29/2019 549' 549 0 PROGRESS DATE 12/3/2020 ORIGINAL CONTRACT AMOUNT 5528,367.03 CONTRACT AMOUNT INCLUDING' CHANGE ORDERS $528,387.13 TOTAL AMOUNT OF WORK PERFORMED TO DATE, $528,387.13 TOTAL RETAINAGE AMOUNTTO.DATE . $26.419.36 TOTAL WORK TO DATE LESS: RETAINAGE 5% $501,967.77 PRE/IOUS:PAYMENTS TO DATE $501,967.7. TOTAL PROGRESS PAYMENT DUE THIS ESTIMATE. $0.00 TOTAL RETAINAGE AMOUNT DUE THIS ESTIMATE 26,419.36 CONTINUATION SHEET City of Beaumont Sever Evaluation Work Order Contract Phase Ill A B ITEM DESCRIPTION OF WOl NO. - TELEVISING OF STORM SEWER I Mobilization 2 Smoke Testing Sewer, All Sizes and Depths 3 0-10" Cleaning Scwcr, All Depths 4 12"-15!' Cleaning Sewer, All Depths 5 16"-24" Cleaning Sewer, All Depths 6 2V-30" Cleaning Sevcr, All Depths 7 32"-36"CleaningSewer, AllDepths 8 42"-48"Cleaning Sewer, All Depths 9 54%72" Cleaning Sewer, All Depths 10 V-10" . TV Inspectioa Sower, All Depths 11 12"-15" TV inspection Sewer, All Depths 12 16"-24" TV Inspection Sewer, Ali Depths 13 20-30" TV Inspection Sewer, All Depths 14 Z'-36" TV Inspection Sewer, All Depths . 15 42"-48" TV Inspection Sower, All Depths 16 54"-72" TV Inspection Sewer, AN Depths 17 Barriradcs, Signs and Traffic Handling 18 Obstructions Removal by Euavation 19 Obstraction.Removal by Remote Method 1 Unforscen Works as Directed by the Owners 1 Retainage Rain Affected Days :IGINAL. UNITPRICE COST QTY• (S) 1 - $16,135.200D $16,135.20 LF 200,000 $0.4482 $89,640.00 LF 40,000 $1.6942 $67,767.84 LF 20,000• $1.9452 $38,903.76 LF 15,000 $2.5996 $38,993.40 LF 5,000 $5.1902 $25.950.78 LF 2,000 $10.3803 $20,760.62 LF 2,000 $15.5705 $31,140.94 LF 1,000 $17.7935 $17,793.54 LF 40,000 $1.2908 $51,632.64 LF 20,000 $1.2408 $25,816.32 LF 15,000 $1.9452 $29,177.82 IF 5,000 $2.5996 $12,997.80 LF 2,000 $4.5358 $9,071.57 IF 2,000 $5.1902 $10;380.31 LF 1,000. $6.4810_ $6,480,97 LF 20 $1972080 $3.944.16 EA 1 $1,434.2400 $1.434.24 , EA 1 $345.1140 $345.11 EA 0 $30,000.0000 $30,000.00 LS I $26,419.3600 $26,419.36 LS Bid Total $528,367.03' DAY BID TOTAL $SZ8367.03 E I F ROM PREVIOUS TMSPE APPLICATION (F) (Q1Y•) (Qh 0.00 1673.00 0.00 (S) 1.00 . $26,419.36 APPLICATION NO: 20-Final APPLICATION DATE: 12 / 03 / 20 PERIOD TO: 12/.03/20 PR07ECTNO: WU0219-14 G 1 TOTAL COMPLETE COMPLETE ' TO DATE TO DATE (QtY•) (S) 1.00 $16,135.20 57003.00 $25,548.74 94630.00 $160,32L77 43140.00 $83,915.41 8730.00 $22,694.16 0.00 $0.00 1673.00 $1736626 0.00 $0.00 0.00 $0.00 94630.00 $122,149.92 43140.00 $55,685.30 8730.00 $16,991.49 0.00 $0.00 1673.00 $7,588.37 0.00 • $0.00 0.00 $0.00 D.00 $0.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 1.00 $0.00 RESOLUTION NO. WHEREAS, on April 9, 2019, the City Council of the City of Beaumont, Texas passed Resolution No. 19-083 awarding a contract in the amount of $528,367.02 to Chief Solutions, Inc., of Houston, of Beaumont, Texas, for the Sewer Evaluation Work Order Contract — Phase I I I Project; and, WHEREAS, on April 8, 2020, the City Manager executed Change Order No. 1, in the amount of $0.00, to approve the extension of the contract time by 64 calendar days for inclement weather and delays, thereby having no effect on the total contract amount of $528,367.02; and, WHEREAS, on June 1, 2020, the City Manager executed Change Order No. 2, in the amount of $0.00, to approve the extension of the contract time by 120 calendars days due to the COVID-19 pandemic and delays pertaining to degraded sewer line conditions decreasing the capture rate of each work order, thereby having no effect on the total contract amount of $528,367.02; and, WHEREAS, Change Order No. 3, in the amount of $20.10, is required to adjust the estimated quantities in the contract to reflect the actual quantities used in the completion of the project, thereby increasing the total contract amount to $528,387.13; and, WHEREAS, the project has been inspected by the Water Utilities Division and found to be complete in accordance with the provisions and terms set forth in the contract; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 3, in the amount of $20.10 for additional work described above, thereby increasing the total contract amount to $528,387.13 for the Sewer Evaluation Work Order Contract — Phase III Project; and, BE IT FURTHER RESOLVED THAT the Sewer Evaluation Work Order Contract — Phase III Project be and the same is hereby accepted; and, BE IT ALSO RESOLVED THAT the City Manager is hereby authorized to make final payment in the amount of $26,419.36 to Chief Solutions, Inc., of Houston, Texas. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of December, 2020. - Mayor Becky Ames - C BEAUMONT TO: City Council FROM: Kyle. Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: December 22, 2020 REQUESTED ACTION: Council consider amending Resolution No. 20-217 for the cost to repair a compactor used at the Landfill. BACKGROUND On October 13, 2020, Council approved Resolution No. 20-217 for the repairs of a Mustang Cat Compactor used at the landfill. The original_ total of $83,097.80, has increased due to damages that were unknown and hidden before the repairs began, and the final cost is $98,996.83. Mustang Cat is a sole source vendor: This work will come with a 36 month/5;000-hour warranty. A new compactor of this size and make, would cost an estimated $720,000. FUNDING SOURCE Fleet Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. 20-217 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of the parts and labor necessary for rebuilding of a Caterpillar 826H Compactor for use by the Solid Waste Operations Department by Mustang Cat, of Houston, Texas, a sole source vendor, in the amount of $83,007.80. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 13th day of October, 2020. 17ilon! or IC BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: October 13, 2020 REQUESTED ACTION: Council consider a resolution approving the repairs to a compactor used at the Landfill. BACKGROUND Unit 5109 is a 2007 Caterpillar 826H Compactor with 19,069 working hours. The transmission and clutch failed and needs a re -build. The re -build would be completed by Mustang Cat of Houston in the amount of $83,097.80. Mustang Cat is a sole source vendor. This work will come with a 36 month/5,000-hour warranty. The unit is used at the Landfill to cover debris to comply with TCEQ regulations. The City currently has two compactors used in the operations at the Landfill. A new compactor, of this size and make, would cost an estimated $720,000. FUNDING SOURCE Fleet Fund. RECOMMENDATION Approval of the resolution. RESOLUTION NO. WHEREAS, on October 13, 2020, the City Council of the City of Beaumont Texas passed Resolution No. 20-217 approving the purchase of the parts and labor necessary for rebuilding of a Caterpillar 826H Compactor for use by the Solid Waste Operations Department by Mustang Cat, of Houston, Texas, a sole source vendor, in the amount of $83,097.80; and, WHEREAS, the original total of $83,097.80 has increased due to damages that were unknown and hidden before the repairs began and the final cost is $98,996.83; and, WHEREAS, an amendment to Resolution No. 20-217 is necessary to reflect the increased amount of the parts and labor necessary for rebuilding of a Caterpillar 826H Compactor; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT Resolution No. 20-217 is hereby amended to approve the purchase of parts and labor necessary for rebuilding of a Caterpillar 826H Compactor for use by the Solid Waste Operations Department by Mustang Cat, of Houston, Texas, a sole source vendor, in the amount of $98,996.83. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of December, 2020. - Mayor Becky Ames - BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS CITY HALL 801 MAIN STREET TUESDAY, DECEMBER 22, 2020 1:30 PM AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognitions * Public Comment: Persons may speak on the Consent Agenda * Consent Agenda PUBLIC HEARING Receive comments on a proposed Tax Abatement Agreement with Suez Water Technologies & Solutions, Inc. GENERAL BUSINESS 1. Consider a resolution authorizing the City Manager to enter into a Tax Abatement Agreement with Suez Water Technologies & Solutions, Inc.. COMMENTS * Public Comment (Persons are limited to 3 minutes) * Councilmembers/City Manager/City Attorney comment on various matters EXECUTIVE SESSION Consider matters to deliberate the employment, evaluation and duties of a public officer or employee in accordance with Section 551.074 of the Government Code to wit; specifically: Tyrone Cooper, City Attorney Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: Claim of Lauren Lewis Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or, services are requested to contact Kaltrina Minick at 880-3777. PUBLIC HEARING Receive comments on a proposed Tax Abatement Agreement with Suez Water Technologies & Solutions, Inc. I December 22, 2020 Consider a resolution authorizing the City Manager to enter into a Tax Abatement Agreement with Suez Water Technologies & Solutions, Inc. BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Chris Boone, Director of Planning & Community Development MEETING DATE: December 22, 2020 REQUESTED ACTION: Council conduct a Public Hearing to receive' comments and consider a resolution authorizing the City Manager to enter into a Tax Abatement Agreement with Suez Water Technologies & Solutions, Inc. BACKGROUND The City was recently approached by Suez Water Technologies & Solutions, Inc. requesting tax abatements in order to move forward with investements of $40 million in upgrades to their existing plant located on College Street, just west of the Municipal Airport. In October 2020, the City created the Suez WTS USA, Inc. -Project Clear Reinvestment Zone, allowing for tax abatements in accordance with Chapter 312 of the Texas Tax Code. Attached is the application from Suez WTS, Inc., outlining their proposal. The project would result in approximately seventy-five (75) construction jobs and the retention of sixty (60) existing full-time jobs. The proposed abatement agreement would result in an abatement of City taxes on the new improvements in the amount of 100% during project completion, 100% for the first year, 90% for the second year, 80% for the third year and 70% for the final year. The proposed abatement meets the criteria and conditions set forth in the City's Reinvestment Zone Tax Abatement Policy, adopted in September 2020. All area taxing entities have been notified of the proposed agreement. FUNDING SOURCE Not applicable. RECOMMENDATION Council conduct the Public Hearing and approve the resolution. RESOLUTION NO. WHEREAS, on October 20, 2020, the City Council of the City of Beaumont, Texas passed Ordinance No. 20-059 designating an area as the Suez WTS USA, Inc. -Project Clear Reinvestment Zone pursuant to the Texas Redevelopment and Tax Abatement Act (Texas Tax Code, Chapter 312); and, WHEREAS, the City of Beaumont has been approached by Suez WTS USA, Inc. with a proposal for an upgrade to their existing facility located on College Street, just west of the Municipal Airport; and, WHEREAS, this project is intended to bolster local economic development by stimulating business and commercial activity within the city; and, WHEREAS, the developers have approached the City seeking economic development incentives in the form of ad valorem tax abatements and have filed an application with the City for Chapter 312 economic development incentives; and, WHEREAS, the application has been reviewed and it has been determined that the proposed project does satisfy the purpose and goals of the program in that it will enhance the City's economic base and diversify and expand job opportunities; and, WHEREAS, in order to maintain sufficient controls to ensure that the public purpose is carried out, it is necessary to enter into a tax abatement agreement with the developer establishing the expectations and terms of the transaction; and, WHEREAS, the City Council is of the opinion that approval of an application for Chapter 312 economic development incentives and entering into a tax abatement agreement with Suez WTS USA, Inc. for an upgrade to their existing facility located on College Street, just west of the Municipal Airport is in the best interest of the City of Beaumont and its citizens; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT approval of an application for Chapter 312 economic development incentives for Suez WTS USA, Inc. for an upgrade to their existing facility located on College Street; just west of the Municipal Airport is hereby approved; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a tax abatement agreement with Suez WTS USA, Inc. granting a 100% ad valorem tax abate during project completion, 100% for the first year, 90% for the second year, 80% for the third year and 70% for the final year for an upgrade to their existing facility located on College Street, just west of the Municipal Airport. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of December, 2020. - Mayor Becky Ames - TAX ABATEMENT AGREEMENT FOR PROPERTY LOCATED IN SUE7Z WTS U - A I1N30. F.,RZ@J ACT CLEAR RECNVE�STMENT ZtONi This Tax Abatement Agreement (hereinafter referred to as "the Agreement") is made, entered, and executed between The City of Beaumont, Texas (hereinafter referred to as the "City"), and Suez WTS USA, Inc., (hereinafter referred to as "Suez"), the owner of taxable property in Beaumont, Jefferson County, Texas, located in the Suez WTS.--USA, Inc. -Project Clear Reinvestment Zone as described below ("Suez WTS USA, Inc. -Project Clear Reinvestment Zone"). 4-= 1. As used in this�Agreement., the set forth. below TIONS ying terms shall have the meanings a. The "2020, Certified''Appraised Value" means the January 1, '2020 value of the property within the Reinvestment_ 'Zone, as certified by the Jefferson County; Appraisal District as of that date, and z described in Paragraph 3 and Exhibit B. b. "Improvements" means the buildings or portions thereof and other improvements, including fixed machinery, equipment and process units, used for commercial or industrial purposes that are constructed by Suez on the property after December 31, 2020. C. "Construction Phase" means a material and substantial improvement of the property which represents a separate and distinct construction operation undertaken for the purpose of constructing 1 EXHIBIT "A" the Improvements. The period of Construction Phase ends when commercial operation of the New Facility, commences as defined by the completed installation of constructed Eligible Property that serves the purpose for which it is designed. d. "Abatement" means the full or partial exemption from ad valorem taxes of certain property in a Reinvestment Zone designated for economic development purposes. e. "Eligible Property" means the ;buildings, structures, m fixed machinery, equipent . and process units, construction in progress and Improvements necessary to the operation and administration of the New Facility. f. "New Eligible Property";.means-_Eligible Property, the construction of which commences subsequent .to: --;the date of execution of this Agreement. A list of the -New Eligible Property is set forth in the Application for Tax Abatement` -originally filed by Suez, within the City of Beaumont, 'Texas " ("the; Application"), which is moor grated t'erein b reference 'and made a art p y p hereof ,During the Construction Phase of the New Eligible; Property, Suez may make such change orders to" the New ffIR'ible Property as are reasonably necessary to accomplish its intended use. g. "Ineligible Property" means land, inventories, supplies;; tools, furnishings, and other forms of movable personal property, including but not limited to, vehicles; - vessels, aircraft, housing, hotel accommodations, deferred maintenance investments, improvements for the generation or transmission of electrical energy not wholly consumed by a new aciIity or expansion, any improvements including those to produce, store, or distribute natural gas, fluids or gases, which are not necessary to the operation of the New Facility, and property that has an economic life of less than ten (10) years. h. "Affiliates" of any specified person or entity means any other person or entity which, directly or indirectly, through one or more intermediaries, controls, or is controlled by, or is under direct or indirect common 2 control with such specified person or entity. For purposes of this definition, "control" when used with respect to any person or entity means (i) the ownership, directly or indirectly, or fifty percent (50%) or more of the voting securities of such person or entity, or (ii) the right to direct the management or operations of such person or entity, directly or indirectly, whether through ownership (directly or indirectly) of securities, by contract or otherwise, and the terms "controlling" and "controlled" have meanings correlative to the foregoing 2. The Tax Abatement Policy for granting zone created in Beaumont, Jefferson Count 2020, is incorporated herein by amendments. All definitions set fortf III. SUB 3. The Reinvestment, Zone isa Texas, comp M therein was ents in a reinvestment Texas, `which was adopted via e WMv1 a�f Beaum®�n� September 8, together with any. applicable b applicable to this Agreement. ;within_ Beaumont, Jefferson County, re or'less . The Suez WTS USA, Inc. ignated by the City under Ordinance No. 20 059.-_--dated October 20,_ 2020, a copy of which is attached hereto as Exhibit-C and is hereby incorporated It is understood and agreed that the Suez WT$F.USA, Inc. -Protect -Clear -Reinvestment Zone boundary is subject to revision based upon.the final construction,p'lan for the New Facility and the City agrees to take the steps necessary to amend the Reinvestment Zone boundary upon request by Suez The 2020 Certified Appraised Value is: Land Only $389,787 Improvements $18,283,004 Personal Property $8,547,720 (includes Inventory) The 2020 Certified Appraised Value is subject to change based upon final certification of the values by Jefferson County Appraisal District. Upon certification, by consent of the parties, the 2020 Certified Appraised Value will be attached to Exhibit B. 3 IV. VALUE AND TERM OF AGREEMENT 4. This tax abatement shall be effective on the January 1st valuation date immediately following the date of execution of this Agreement. In each year that this Agreement is in effect, the amount of abatement shall be an amount equal to the percentage indicated below. The appraised value, as defined in the Property Tax Code, of New Eligible Properties shall be abated in accordance with the following scale which is also found in Exhibit D: Year Abated 2021 2022 100% 2023 2024 9 0 2025 80% 2026 70% V. TAXABILITY VI. CONTEMPLATED IMPROVEMENTS 6. As set fbft-h,'.-. in,'th e Application, which is incorporated herein for all purposes, Suez represents that it will modernize the Beaumont facility, including modernizing process, capacity, reliability, infrastructure and safety updates. The approximate cost of this investment is $40,000,000. During the Construction Phase, Suez may make such change orders to the project as are reasonably necessary. All Improvements shall be completed in accordance with the Application and all applicable laws, ordinances, rules, or regulations. Suez agrees to make bidding information available to qualified local contractors, 11 vendors, manufacturers and labor and to conduct pre -bid meetings from time to time with potential local bidders and suppliers of services and materials for the project. VII. EVENTS OF DEFAULT 7. During the abatement period covered by this Agreement, the City may declare a default hereunder by Suez if Suez (i) fails to; .commence construction of the New Facility within one (1) year from the date this Agreement is executed or (ii) fails to construct the New Facility or (iii) fails to comply with any of the material terms of this Agreement, or (iv) if any representation 'made by Suez in this Agreement is false or misleading in anymaterial respect. 8. If the City declares that Suez is in default of this Agreement, ;the City shall notify Suez in writing. If such default._ is not cured within sixty (60) days from the date of such notice ("Cure Period"), then this Agreement may be terminated. In the case of a default for. causes bteyond Suez's ,reasonable control which cannot M1, with due diligence,be cured. within the _..Cure'Period, the Cure Period shall be deemed extended if ;Suez (i) shall notify the City of Suez's intention to institute steps reasonably necessary to cure such default, (ii) shall proceed to cure such default, and (ni) shall submit- a proposed; schedule for the completion of the New ,,including the estimated date for completion of the New Facility, a reasonable,,_explanatioh cbncerning,: he reason for the delay, and a reasonable estimate of=the. overall percent of the New Facility that is completed as of the date of such notice:. 9. In the event Suez (i) allows its ad valorem taxes on the New Facility to become delinquent or fails to timely and properly follow the legal procedures for the protest and appeal of the ad valorem taxes on the New Facility or (ii) defaults under this Agreement and fails to cure, this Agreement may then be terminated. In the event of termination of this Agreement pursuant to the provisions of this paragraph, all taxes previously abated by virtue of this Agreement will be 5 recaptured and paid within sixty (60) days of the termination, together with penalties and interest as required by the Texas Property Tax Code. 10. In the event the New Facility is completed and begins commercial operations, but subsequently discontinues operations for any reason excepting fire, explosion, or other casualty, accident, or natural disaster or governmental mandate, for a period of one (1) year during the abatement period, then this Agreement shall terminate. In the event of termination pursuant to the provisions of this paragraph, the abatement of the taxes:for.the calendar year during which the New Facility no longer operates shall terminate,\but there shall be no recapture of prior years' taxes abated by;_this Agreement The taxes otherwise abated shall be paid to the City prior to`the delinquency date forauch year. In no event shall Suez be required to - pay such taxes within less than six i 6.0 days of q p Y tY<< ) Y the termination. VIII. ADMINISTRATION 11. This Agreement' sh IL be administered on ,b'ehalf of the City by its City Manager. Upon i completion gf the New "Facility, the City Manager shall annually evaluate the New Facility to ensute.compliance with this Agreement. 12 T The Chief` Appraiser,, of the Jefferson County Appraisal District shall annually'determine (i)'the, taxable',yalue pursuant to the terms of this abatement of the real -.,and personal property comprising the Suez WTS USA, Inc. -Project Clear Reinvestment Zone and (ii) the full taxable value without abatement of the real and personal property comprising the Suez WTS USA, Inc. -Project Clear Reinvestment Zone.-_ The Chief Appraiser shall record both the abatement taxable value and the full taxable value in the appraisal records. The full taxable value listed in the appraisal records shall be used to compute any recapture. Each year Suez shall furnish the Chief Appraiser with the information required by Chapter 22, Tax Code, V.T.C.A. Such information shall also be provided to the City in preparation of its annual evaluation for compliance with this Agreement. 3 13. If after notice of default and failure to cure, the City terminates this Agreement, it shall provide Suez written notice of such termination. In the event of termination, Suez may file suit in the Jefferson County District Court appealing termination within ninety (90) days after receipt from the City of written notice of termination. If an appeal is filed, Suez shall remit to the City within sixty (60) days after receipt of the notice of termination, any recaptured taxes as may be f payable during the pendency of the litigation under :Section 42.08, Tax Code, V.T.C.A. If the final determination of the appeal increases Suez tax liability, Suez shall pay the additional tax to the City pursuant to Section 42.42, Tax Code, V.T.C.A. If the final determination of the appeal decreases Suez tax liability, the City shall refund to Suez the difference between the amount of tax paid and the amount of tax for which Suez. -,is liable together with interest pursuant -to Section 42.43, Tax Code, V.T.C.A. IX . ASSIGNMENT 14. Suez may assign this`Qgreemerit to an'Affiliate'without the written consent t of the City, provided -:that Suez shall provide written notice of such assignment to the City -,-,--Except as`p 0vided in the immediately preceding sentence, Suez may assign :this ^Agreement with the written consent of the City, which consent shall not lbe`, unreasonably withheld, '.delayed or conditioned. Any assignment shall provide that the assig nee. shall irrev.ocably and unconditionally assume all the duties and`obli,gations of the, assignor upon the same terms and conditions as set out in this Agreement. No assignment shall be approved if Suez or the assignee is delinquent in ad valorem taxes due the City. X. NOTICE 15. Any notice required to be given under the provisions of this Agreement shall be in writing and shall be served when it is deposited, enclosed in a wrapper with the postage prepaid thereon, and by registered or certified mail, return receipt requested, in a United States Post Office, addressed to the City or 7 Suez. If mailed, any notice shall be deemed to be received three (3) days after the date of deposit .in the United States Mail. Unless otherwise provided in this Agreement, all notices shall be delivered to the following addresses: •I► W Tc W To Suez: Mr. Joseph J. Devine \/irno_DrocirJon+ Tnwnn 801 Main Beaumont, TX 77701 Either party may designate a different address by giving the other party ten (10) days written notice. XI. AUTHORITY 16. Each of the parties hereto represents and warrants to the other party that (i) it has all requisite power and authority to execute and deliver, to perform its obligations under and to consummate the transactions contemplated by this Agreement and (ii) the execution and delivery- �of this Agreement, the performance of its obligations under and the,,consumrnation by each party of the transactions contemplated by this Agreem1. ent have been �duly,.authorized by all requisite corporate authority on the"' .part of Suez and `by Xall requisite XII DATE 17. This Agreement maybe execated in counterparts and the effective date of the Agreement shall be . the date- the City executes this Agreement, so authorizing, on the date of the countersignature hereto by the Mayor of the City a. , of Beaumont,on this day of 12020. XI11. MISCELLANEOUS 18. In the event any section, subsection, paragraph, sentence, phrase or word herein is held invalid, illegal or unconstitutional, the balance of this Agreement shall stand, shall be enforceable and shall be read as if the parties intended at all times to delete said invalid section, subsection, paragraph, sentence, phrase or word. 6 19. The City agrees to record certified copy of this Agreement in the Deed Records of Jefferson County, Texas. 20. This Agreement shall be construed under the laws of the State of Texas. Venue for any action under this Agreement shall be the State District Court of Jefferson County, Texas. 21. This Agreement shall be subject to change;' modification or, except in the event of default which has not been cured as :.provided herein, termination, only with the mutual written consent of the Citv and Suez. 22. SEVERABILITY In the event any provision of this AGREEMENT is under present or future laws, then, and in that Parties hereto that the remainder: of :this AGR thereby, and it is also the intention -,of the` Parties of each clause or provision that is.found to be_illi provision be added to _this AGREEMENT which and is as similar n'terms as.possible to; the,pro or unenforceable.: legal, invalid, or unenforceable vent, it is the intention of the WENT shall not be affected "t-his.,AGREEMENT that in lieu al, invalid, or unenforceable, a '.legal, -valid, and enforceable >ion found to be illegal, invalid by the parties in multiple and effect 1NTS USA, Inc. (as limited partnership Its General Partner By: (Signature) (Printed Name and Title) (Date) ATTEST: (Printed Name and Title) City of Beaumont An - (Printed Name and Title) of , 2020. 11 FOR THE CITY: Kyle Hayes, City Manager City of Beaumont Title: Suez 12 EXHIBIT A "Description of Project and OWNER Property" The proposed project is to modernize the Beaumont facility, including modernizing process, capacity, reliability, infrastructure and safety updates. The facility would be constructed on the OWNERS land, located within the City of Beaumont's Munici al Boundaries. and within the boundaries of the = uez W LTA Z - ' ra; cat ilea 13 EXHIBIT B "Base Year Property" The reinvestment zone contains existing improvements. The base year taxable value as certified will be attached, by consent of the parties, whenisame is calculated and adopted by the Jefferson County Appraisal District. 14 EXHIBIT C — "Reinvestment Zone" 15 PROJECT CLEAR Legal Description Summary: Owner Geo Name Parcel Identification Leaal Descrintion Acreaae SUEZ WTS 300046-000- USA 1 132295 000300-00000-4 A SAVERY ABS-46 TR 92 9.031 AC 9.0310 SUEZ WTS 300046-000- A SAVERY ABS 46 TR 93 18.51AC - USA 132996 000310-00000-3 1#502500-000010 18.510 SUEZ WTS 300046-000- USA 386438 001250-00000-0 A SAVERY ABS 46 TR 16 2.559AC 2.5590 Total Acreage 30.100 DESCRIPTION OF APPROXIMATELY 30.10 AC. / 1,311,156 SQ. FT. A parcel containing approximately 31.10 AC. / 1,311,156 sq. ft. of land: Beginning at a southwest corner of the City Limits to Beaumont, Texas at the intersection of the most westerly border of the City and the north right-of-way line of College Street, also known as U.S. Highway 90. Also being the southwest corner of Tract 16, A. Savery Survey, Abstract 46 a 2.559 Ac. Tract; Thence, in a northerly direction along the west line of the City Limits of Beaumont and the said 2.559 Ac. Tract, a distance of approximately 899 ft. to the northwest corner of said called 2.559 Ac. Tract and the corner of the herein described Tract. Said point being in the City Limit line; Thence, in an easterly direction along the north line of said 2.559 Ac. Tract approximately 125 ft. to a point, said point being the northeast corner of the said 5.559 Ac. Tract and the northwest corner of Tract 93, A. Savery Survey, Abstract 46, an 18.51 Ac. Tract; Thence, continuing in an easterly direction along the north line of said 18.51 Ac. Tract approximately 1,063 ft. to the northeast corner of said 18.51 Ac. Tract and the northwest corner of Tract 92, S. Savery Survey, Abstract 46, a 9.031 Ac. Tract; Thence, continuing in an easterly direction along the north line of said 9.031 Ac. Tract approximately 531 ft. to the northeast corner of said 9.031 Ac. Tract; Thence, in a south southeasterly direction along the east line of said 9.031 Ac. Tract approximately 639 ft. to the southeast corner of said 9.031 Ac. Tract. Said point being located in the north right-of-way (R.O.W.) line of U.S. Highway 90 (width varies) and the City Limit line; Thence, in an west southwesterly direction along the south line of said 9.031 Ac. Tract, the north R.O.W. line of U.S. Highway 90 and the City Limit Line approximately 841 ft. to the southwest corner of said 9.031 Ac. Tract and the southeast corner of the previously mentioned 18.51 Ac. Tract; Thence, continuing in a west southwesterly direction along the south line of said 18.50 Ac. Tract, the north R.O.W. line of U.S. Highway 90 and the City Limit line approximately 870 ft. to the southwest corner of said 18.51 Ac. Tract and the southeast corner of the previously mentioned 2.559 Ac. Tract; Thence, continuing in a west southwesterly direction along the south line of said 2.559 Ac. Tract, the north R.O.W. line of U.S. Highway 90 and the City Limit line approximately 127 ft. to a corner. Said corner being the southwest corner of said 2.559 Ac. Tract, the southwest corner of the City Limits to Beaumont, Texas and the Point of Beginning and containing approximately 31.10 AC. / 1,311,156 sq. ft. of land. EXHIBIT D — "Abatement Schedule" "Tax Abatement Schedule" Year Abated 2021 2022 2023 2024 2025 2026 Percentage of Value Abated 0% 100% 100% 90% =80% 70% 16 EXHIBIT E — "City of Beaumont Abatement Policy" It is understood and agreed that all abatement agreements granted herein shall conform to this abatement policy and to the Texas Tax Code. 17