HomeMy WebLinkAboutDEC 16 2025 PACKET
REGULAR MEETING OF THE CITY COUNCIL
COUNCIL CHAMBERS CITY HALL 801 MAIN STREET
TUESDAY, DECEMBER 16, 2025 1:30 PM
AGENDA
CALL TO ORDER
INVOCATION
PLEDGE OF ALLEGIANCE
ROLL CALL
PRESENTATIONS
Communication Update
Mural Fest 2026
PUBLIC COMMENT ON AGENDA/CONSENT
Citizens may speak on the Consent Agenda and Regular Agenda Items 1-9 or any
other topic. Citizens wishing to speak on Items 10 & 11 will be given the opportunity
to speak during the Public Hearing.
CONSENT AGENDA
(Items placed on the Consent Agenda are considered routine in nature and are considered non-
controversial. The Consent Agenda can be acted upon in one motion. A consensus of the Council is
required to remove any item for discussion and separate action.)
A.Council to consider approving December 2, 2025, City Council meeting minutes.
B.Council to consider approving a calendar for FY 2026 City Council meetings.
C.Council to consider an appointment to the Parks and Recreation Advisory Committee.
D.Council to consider a resolution authorizing the City of Beaumont to apply to the
Texas Parks and Wildlife Department (TPWD) for a $500,000 Recreational Trails
Grant for a motorized trail development.
E.Council to consider a resolution authorizing the City of Beaumont to apply to the
Texas Parks and Wildlife Department (TPWD) for a $300,000 Recreational Trails
Grant for non-motorized trail rehabilitation.
F.Council consider a resolution authorizing the acceptance of a Utility Easement and
Access Road Easement with Entergy Texas, Inc.
G.Council to consider authorizing the City of Beaumont to apply to the Association for
Library Service to Children, a division of the American Library Association,
Candlewick Press "Light the Way" for a $3,000 Grant for a program aimed at special
needs education.
H.Consider approving a one-year agreement with Voya for Stop Loss Insurance for
medical and pharmacy benefits.
I.Cancellation of award to Unipak Corp. to provide Janitorial Supplies.
J.Council consider a resolution approving multiple contracts for the purchase of traffic
marking materials.
REGULAR AGENDA
1.Council consider an ordinance amending the FY 2026 Budget.
2.Council consider a resolution approving a permit payment to the Texas Commission
on Environmental Quality (TCEQ).
3.
Council consider a resolution authorizing the City Manager to execute an Advance
Funding Agreement (AFA) with the Texas Department of Transportation (TxDOT) for
the 2025 HSIP (Eleventh Street) Interconnect Signals Project.
4.
Council consider a resolution authorizing the City Manager to execute an Advance
Funding Agreement (AFA) with the Texas Department of Transportation (TxDOT) for
the 2025 HSIP (FM 364) Interconnect Signals Project.
5.
Council to consider a Resolution authorizing the City Manager to enter into an
Industrial District Agreement with Natgasoline LLC.
6.Council consider a Resolution authorizing the City Manager to enter into an Industrial
District Agreement with Air Liquide Large Industries US L.P.
7.
Council consider a resolution authorizing the City Manager to execute Change Order
No. 1 to the contract with StructureGuard, LLC, for the Cattail Marsh Wetlands Outfall
Piling Rehabilitation Project.
8.
Council to consider amending an ordinance providing for the reimbursement of capital
expenditures incurred prior to the closing of financing.
9.Consider approval of an amendment to ordinance 08-015 to modify the boundaries of
the Neighborhood Empowerment Zone Number Two.
PUBLIC HEARING
Council to discuss the conduct of Councilmember Williams and
Councilmember Hilliard for alleged violations of the City Charter.
REGULAR AGENDA
10.Council to consider the censure of Councilmember Michael Williams.
11.Council to consider the censure of Councilmember Joseph Hilliard.
WORK SESSION
311 Overview
COUNCIL COMMENTS
EXECUTIVE SESSION
Consider matters related to the deliberation of the purchase, exchange, lease or value
of real property in accordance with Section 551.072 of the Government Code, to wit:
nd
640 2 Street
ADJOURNMENT
Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services
are requested to contact Jacqueline K. Gunner at (409) 880-3782.
A
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Tina Broussard, City Clerk
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council to consider approving December 2, 2025, City Council
meeting minutes.
BACKGROUND
None
FUNDING SOURCE
None
RECOMMENDATION
Approval of the minutes.
ATTACHMENTS
Minutes - December 2, 2025
B
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Tina Broussard, City Clerk
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council to consider approving a calendar for FY 2026 City Council
meetings.
BACKGROUND
Council currently meets every first, third, and fifth Tuesday of each month. The fifth Tuesday is
reserved for evening meetings. The proposed meeting calendar eliminates the fifth Tuesday
meeting with a quarterly evening meeting on the third Tuesday. The calendar also proposes that
Council hold meetings on the second and fourth Tuesdays during September to account for the
Labor Day holiday.
FUNDING SOURCE
None
RECOMMENDATION
Approval of the resolution
ATTACHMENTS
FY 2026 Calendar
2 0 2 6CITY COUNCIL C A L E N D A R
J A N U A R Y 2026A P R I L 2026
SunMonTuesWedThursFriSatSunMonTuesWedThursFriSat
1231234
HolidayHoliday
45678910567891011
1:30 pm
1:30 pmCity
City CouncilCouncil
17
11121314151617121314151618
1819202122232419202122232425
1:30 pm
1:30 pm City
Council
HolidayCity Council
3130
25262728293026272829
M A Y 2026
F E B R U A R Y 2026
SunMonTuesWedThursFriSat
SunMonTuesWedThursFriSat
12
1234567
3456789
1:30 pm
1:30 pm
City Council
City Council
891011121314
10111213141516
15161718192021
17181920212223
1:30 pm
1:30 pm
HolidayCity Council
City Council
28
222324252627
24252627282930
Holiday
31
M A R C H 2026J U N E 2026
SunMonTuesWedThursFriSatSunMonTuesWedThursFriSat
6123456
12345
7
89101112131478910111213
1:30 pm
1:30 pm
City Council
City Council
1516171819202114151617181920
Holiday
2223242526272825
212223242627
5:30: PM
5:30 pm
City Council
City Council
293031
282930
2 0 2 6CITY COUNCIL C A L E N D A R
J U L Y 2026O C T O B E R2026
SunMonTuesWedThursFriSatSunMonTuesWedThursFriSat
3
124123
Holiday
56789101145678910
1:30 pm
1:30 pm City
Council
City Council
1213141516171811121314151617
1920212223242518192021222324
1:30 pm
1:30 pm City
Council
City Council
3131
2627282930252627282930
A U G U S T 2026N O V E M B E R2026
SunMonTuesWedThursFriSatSunMonTuesWedThursFriSat
1
23456781234567
1:30 pm
1:30 pm
City Council
City Council
10
91011121314158911121314
Veterans’
16171819202122
Day
15161718192021
1:30 pm
City Council
1:30 pm
23242526272829
City Council
27
222324252628
3031
Holiday
Holiday
30
29
S E P T E M B E R2026D E C E M B E R2026
SunMonTuesWedThursFriSat
SunMonTuesWedThursFriSat
12345
12345
1:30 pm
City Council
Holiday
6789101112
6789101112
1:30 pm
City Council
13141516171819
13141516171819
1:30 pm
City Council
20212223242526
20212223242526
5:30 pm
City Council
Holiday
31
29
27282930
2728301/1/20271/2/2027
C
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Sharae Reed, City Attorney
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council to consider an appointment to the Parks and Recreation
Advisory Committee.
BACKGROUND
Councilmember Crenshaw appoints Kristi Giblin to fill the unexpired term of Issacc Mouton.
The term shall begin on December 16, 2025, and expire on September 30, 2027.
FUNDING SOURCE
Not applicable.
RECOMMENDATION
None.
ATTACHMENTS
D
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Bridgette Evick, CPA, Chief Financial Officer
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council to consider a resolution authorizing the City of Beaumont
to apply to the Texas Parks and Wildlife Department (TPWD) for a
$500,000 Recreational Trails Grant for a motorized trail
development.
BACKGROUND
TPWD administers the National Recreational Trails Fund in Texas under the approval of the
Federal Highway Administration (FHWA). This federally funded program receives its funding
from a portion of federal gas taxes paid on fuel used in non-highway recreational vehicles. The
reimbursable grants can be up to 80% of project cost with a maximum award of $500,000 for
motorized (off-highway vehicle) trail grants. The grant award notification is expected in June of
2026, with the first quarterly report due in January of 2027. The match would be a FY 2027
supplemental request. The City should know if the grant is awarded before the FY 2027 budget
is completed.
Lefler Park area is the prospective site of the motorized off-highway vehicle trail.
FUNDING SOURCE
Texas Parks and Wildlife and Capital Reserve Fund
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
Information page: 2026 Recreational Trails Grant
E
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Bridgette Evick, CPA, Chief Financial Officer
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council to consider a resolution authorizing the City of Beaumont
to apply to the Texas Parks and Wildlife Department (TPWD) for a
$300,000 Recreational Trails Grant for non-motorized trail
rehabilitation.
BACKGROUND
TPWD administers the National Recreational Trails Fund in Texas under the approval of the
Federal Highway Administration (FHWA). This federally funded program receives its funding
from a portion of federal gas taxes paid on fuel used in non-highway recreational vehicles. The
reimbursable grants can be up to 80% of project cost with a maximum of $300,000 for non-
motorized trail grants. The grant award notification is expected in June of 2026, with the first
quarterly report due in January of 2027. The match would be a FY 2027 supplemental request.
The City should know if the grant is awarded before the FY 2027 budget is completed.
The non-motorized trail funds will rehabilitate various trails throughout the City of Beaumont, in
accordance with the Parks for All: Beaumont’s Playbook for Parks, Recreation, and Greenspace,
which is Beaumont’s Parks Master Plan that was adopted by City Council in May 2025.
FUNDING SOURCE
Texas Parks and Wildlife Department and Capital Reserve Fund
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
Information page: 2026 Recreational Trails Grant
F
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Amalia Villarreal, P.E., CFM, Director of Public Works
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council consider a resolution authorizing the acceptance of a Utility
Easement and Access Road Easement with Entergy Texas, Inc.
BACKGROUND
On October 7, 2025, the City Council approved Resolution No. 25-235 authorizing a lease
agreement with OCI Fuels USA, Inc. for the use of City landfill property to extract and capture
gas for conversion into Renewable Natural Gas (RNG).
As part of the Gas and Purchase Agreement approved by City Council on January 24, 2023, via
Resolution No. 23-037, OCI Fuels USA, Inc. will construct and operate the RNG facility. To
provide the electrical power for facility operations, the City must grant a Utility Easement and a
Road Access Easement to Entergy Texas, Inc.
The Utility Easement consists of a 7.574-acre tract, being part of Tract One, Tract Three, and
Tract Nine, situated in the J. Rowe Survey, Abstract No. 45, City of Beaumont, Jefferson
County, Texas as recorded in County Clerk’s File No. 8329704; and a 1.051-acre tract, being
part of unimproved Warren Street, as shown in M. C. Cartwright Subdivision, City of Beaumont,
situated in the J. W. Bullock Survey, Abstract No. 7.
The Access Road Easement consists of the same 7.574-acre tract described as being a 7.574-acre
tract, being part of Tract One, Tract Three, and Tract Nine, situated in the J. Rowe Survey,
Abstract No. 45, City of Beaumont, Jefferson County, Texas as recorded in County Clerk’s File
No. 8329704; and the same 1.051-acre tract being part of unimproved Warren Street, as shown in
M. C. Cartwright Subdivision, City of Beaumont, situated in the J. W. Bullock Survey, Abstract
No. 7.
These easements are required to provide electrical service and access necessary for construction
and operation of the natural gas facility at the Beaumont Landfill.
FUNDING SOURCE
Not applicable.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
Entergy - Utility Easement at Landfill
Entergy - Access Road Easement at Landfill
G
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Bridgette Evick, CPA, Chief Financial Officer
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council to consider authorizing the City of Beaumont to apply to
the Association for Library Service to Children, a division of the
American Library Association, Candlewick Press "Light the Way"
for a $3,000 Grant for a program aimed at special needs education.
BACKGROUND
The ALSC/Candlewick Press "Light the Way" Grant is sponsored by Candlewick Press in honor
of author Kate DiCamillo and the themes represented in her books. The award consists of a
$3,000 grant to assist a library in conducting exemplary and replicable outreach to underserved
populations through a new and innovative program or an expansion of work already being done.
The grant is administered by the ALSC Programs and Services Recognition Committee of the
Association for Library Service to Children, a division of the American Library Association.
Application deadline is December 21, 2025.
FUNDING SOURCE
ALSC Programs and Services Recognition Committee of the Association for Library Service to
Children, a division of the American Library Association
RECOMMENDATION
Approval to submit the grant application.
ATTACHMENTS
None
H
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Carmen Williams, Director of Human Resources
MEETING DATE:December 16, 2025
REQUESTED ACTION:Consider approving a one-year agreement with Voya for Stop Loss
Insurance for medical and pharmacy benefits.
BACKGROUND
A comprehensive market evaluation of Stop Loss benefits was conducted, with requests sent to
13 carriers and three initial proposals received. In November, final bid proposals were requested
and reviewed by an independent team of experts from Holmes Murphy, the City’s Medical
Consultant. The evaluation was based on weighted qualitative criteria, including account
management, adherence to the request for proposal, implementation, and price. Of the three
initial respondents, only Voya provided a firm and final quote, while the other two carriers
submitted uncompetitive rates and ISL lasers. After careful review, city staff and Holmes
Murphy concluded that Voya rated highest on the weighted criteria. The City is carrying a
significant amount of ongoing risk into 2026, making the 37% result much better than
anticipated. A deductible analysis was performed, and while increasing the deductible would
yield fixed cost savings, projections indicate the unlikelihood of enough claimants to exceed the
break-even point. Therefore, the recommendation is to maintain the current deductible of
$275,000. An HR representative from the City of Beaumont will attend the council meeting to
answer detailed questions related to the request for proposal.
FUNDING SOURCE
Funds are available in the Employee Benefits fund
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
I
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Bridgette Evick, CPA, Chief Financial Officer
MEETING DATE:December 16, 2025
REQUESTED ACTION:Cancellation of award to Unipak Corp. to provide Janitorial
Supplies.
BACKGROUND
The City maintains a six-month contract for janitorial supplies that is used throughout multiple
City Departments. This contract was awarded to multiple vendors on October 21, 2025. Section
2 was awarded to Unipak Corp. of West Long Branch, NJ, for an estimated amount of $7,931.50.
However, they cannot meet the specification requirements for this section.
Staff seeks to re-award Section 2 in its entirety, to Sanitary Supply Company of Beaumont
Texas, for an estimated amount of $8,905.25, as they are the next qualified bidder.
FUNDING SOURCE
General Fund, Water Fund, Fleet Fund, Solid Waste Fund and HOT Fund.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
J
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Amalia Villarreal, P.E., CFM, Director of Public Works
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council consider a resolution approving multiple contracts for the
purchase of traffic marking materials.
BACKGROUND
Bids were solicited for annual contracts to provide signage, sign materials, hardware, specialty
paints, traffic control materials, and thermoplastic materials for Traffic Management. There were
509 invitations sent out and 4 bid submissions.
Specifications were divided into eight sections, with each section awarded to the lowest qualified
candidate who submitted a complete bid and met all requirements.
Based on the evaluation, the recommended awards are outlined in the accompanying table. The
total value of the new contract, compared to the previous contract, represents a decrease of
approximately 0.64%.
This reduction reflects cost savings while maintaining compliance with specifications and
ensuring continuity of essential materials for Traffic Management operations.
FUNDING SOURCE
General Fund and Capital Fund
RECOMMENDATION
Approval of the resolution
ATTACHMENTS
Bid Tab
Event Number JF1026-02 Organization City of Beaumont, Texas eBids
Annual Contract for Traffic
Event Title Marking Materials Workgroup Purchasing
Event DescriptionEvent Owner June Jordan
Event Type Bid Email june.jordan@beaumonttexas.gov
Issue Date 10/23/2025 09:38:40 AM (CT)Phone(409) 880-3757
Close Date 11/20/2025 02:00:00 PM (CT)
SECTION 1 - SIGN BLANKS
Price
SupplierQTYUOM
Osburn Associates, Inc.
1EA$17,073.30
Vulcan Inc dba Vulcan Signs
1EA$19,405.75
Trantex Transportation Products of
1EANo Bid
Texas, Inc.
Flasher Equipment
Company(Centerline Technologies,
LLC)1EA$17,096.80
SECTION 2 - SIGN FACES
Price
SupplierQTYUOM
Osburn Associates, Inc.1EA$1,179.75
Vulcan Inc dba Vulcan Signs
1EA$1,383.75
Trantex Transportation Products of
1EANo Bid
Texas, Inc.
Flasher Equipment
Company(Centerline Technologies,
LLC)$4,648.00
SECTION 3 - FINISHED SIGNS
Price
SupplierQTYUOM
Osburn Associates, Inc.1EA$30,657.00
Vulcan Inc dba Vulcan Signs1EA$28,678.80
Trantex Transportation Products of
Texas, Inc.1EANo Bid
Flasher Equipment
Company(Centerline Technologies,
LLC)$36,590.30
SECTION 4 - SHEET MATERIAL
Price
SupplierQTYUOM
1EA$26,205.00
Osburn Associates, Inc.
1EA$34,458.00
Vulcan Inc dba Vulcan Signs
Trantex Transportation Products of
1EANo Bid
Texas, Inc.
Flasher Equipment
Company(Centerline Technologies,
LLC)$41,513.00
*The lower bid failed to bid entire section
SECTION 5 - HARDWARE
Price
SupplierQTYUOM
Osburn Associates, Inc.1EA
Vulcan Inc dba Vulcan Signs1EA$77,440.00
Trantex Transportation Products of
Texas, Inc.1EA$84,237.50
Flasher Equipment
Company(Centerline Technologies,
LLC)$87,057.20
SECTION 6 - MARKING MATERIALS
Price
SupplierQTYUOM
1EANo Bid
Osburn Associates, Inc.
1EANo Bid
Vulcan Inc dba Vulcan Signs
Trantex Transportation Products of
1EA$9,625.00
Texas, Inc.
Flasher Equipment
Company(Centerline Technologies,
LLC)$9,461.50
SECTION 7 - PAINT
Price
SupplierQTYUOM
Osburn Associates, Inc.1EANo Bid
Vulcan Inc dba Vulcan Signs1EANo Bid
Trantex Transportation Products of
Texas, Inc.1EA$88,625.00
Flasher Equipment
Company(Centerline Technologies,
LLC)$98,455.00
SECTION 8 - TRAFFIC CONTROL
Price
SupplierQTYUOM
1EANo Bid
Osburn Associates, Inc.
1EANo Bid
Vulcan Inc dba Vulcan Signs
Trantex Transportation Products of
1EA$44,705.00
Texas, Inc.
Flasher Equipment
Company(Centerline Technologies,
LLC)$32,941.75
TOTAL$289,858.10
JF0723-46 - Page 1
1
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Bridgette Evick, CPA, Chief Financial Officer
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council consider an ordinance amending the FY 2026 Budget.
BACKGROUND
In accordance with Article VI of the City Charter, the City Manager shall strictly enforce the
provisions of the budget as specified in the ordinance adopting the budget. He shall not authorize
or approve any expenditure unless an appropriation has been made in the budget ordinance
adopting the budget, and there is an available unencumbered balance of the appropriation sufficient
to pay the liability to be incurred. Approving the proposed amendments will ensure expenditures
are within the approved budget and that interfund transfers are in accordance with financial policies
as approved within the budget document.
The City’s 2025 fiscal year ended on September 30, 2025. At that time there were contracts,
purchases of goods and services, and other items that were approved and budgeted in Fiscal Year
2025, but the actual expenditure was incurred in Fiscal Year 2026. Exhibit “A” lists the carryover
items for those expenditures that are being requested so that the budget for those items can be re-
established in the current fiscal year. These expenditures were originally included in the budget
projections for Fiscal Year 2025.
The details of the proposed amendments are as follows:
1.The General Fund’s Adopted Ending Fund Balance for FY 2026 is estimated to be
$41,722,082. This Ending Fund Balance takes into consideration all the requested
carryforwards in the General Fund. These requested items were estimated in the FY 2025
budget. The total General Fund carryforward request is $836,926. This includes items in
various departments, including the following departments: I.T., Planning and Community
Development, Public Works, Executive Office, and the Police Department. These
requested items were received or paid for in the new fiscal year and require the available
budget from the prior fiscal year to be carried forward to the new fiscal year to offset the
cost.
With this budget amendment, the General Fund is projected to end FY 2026 with a
Projected Ending Fund Balance of $41,628,252. The projected Fund Balance percentage is
25% of the General Fund’s annual recurring operating expenditure, which is 5% greater
than the policy requirement of not less than 20% of the annual operating expenditure. See
Exhibit “A” for the budget amendment items and Exhibit “B” for a summary and available
fund balances, as projected with these proposed amendments.
General FundOriginal BudgetProposed AmendmentAmended Budget
Total Expenditures$174,226,829$930,756$175,157,585
2.The Capital Reserve Fund’s Adopted Ending Fund Balance for FY 2026 is estimated to be
$0. This Ending Fund Balance takes into consideration all the requested carryforward in
the Capital Reserve Fund. These requested items were estimated in the FY 2025 budget.
The total Capital Reserve Fund carryforward request is $ 195,349. This includes items in
various departments, including the following departments: I.T. and Facilities Maintenance.
These requested items were received or paid for in the new fiscal year and require the
available budget from the prior fiscal year to be carried forward to the new fiscal year to
offset the cost. See Exhibit “A” for a listing of each carryforward item.
Capital Reserve Original BudgetProposed AmendmentAmended Budget
Fund
Total Expenditures$5,695,628$195,349$5,890,977
3.The Water Utilities Fund Adopted Ending Fund Balance for FY 2026 is estimated to be
$19,636,825. This Ending Fund Balance takes into consideration all the requested
carryforward in the Water & Sewer Fund. These requested items were estimated in the FY
2025 budget. The total Water & Sewer Fund carryforward request is $1,340,224. This
includes items for various projects, including the following: WWTP Master Plan, Wetland
Outfall Pipe Coating, Wetland Outfall Pipe Platform Install, construct new men’s restroom,
Primary Recirculation Pump 5 MGD, Itron Repeater/Collector Antenna Upgrades, Itron
Meter repair project and Fleet that has been ordered but not received. These requested items
were received or paid for in the new fiscal year and require the available budget from the
prior fiscal year to be carried forward to the new fiscal year. See Exhibit “A” for a listing
of each carryforward item.
Water Utilities Original BudgetProposed AmendmentAmended Budget
Fund
Total Expenditures$70,875,256$1,340,224$72,215,480
4.The Solid Waste Fund Adopted Ending Fund Balance for FY 2026 is estimated to be
$4,634,984. An amendment is required to replace the tub grinder at the landfill. The
purpose of this tub grinder is to grind down all the natural waste (trees, limbs, shrubs,
etcetera) to a mulch size biproduct that is then given away to any Beaumont resident that
wants it for free. Another purpose of this tub grinder is to reduce the size of this natural
waste so that if buried at the landfill, it utilizes less room than bulk products do. The amount
of tonnage produced by the tub grinder is reported annually to the Texas Commission on
Environmental Quality (TCEQ). The amendment amount of $173,500 is for the principal
and interest payment. The total amount of the tub grinder is approximately $745,000.
With this budget amendment, the Solid Waste Fund is projected to end FY 2026 with a
Projected Ending Fund Balance of $4,461,484. The projected Fund Balance percentage is
31% of the Solid Waste Fund’s annual recurring operating expenditure, which is 16%
greater than the policy requirement of not less than 15% of the annual recurring operating
expenditure. See Exhibit “A” for the other budget amendment items and Exhibit “B” for a
summary and available fund balances, as projected with these proposed amendments.
Solid Waste FundOriginal BudgetProposed AmendmentAmended Budget
Total Expenditures$16,626,058$173,500$16,799,558
5.The Municipal Transit Fund Adopted Ending Fund Balance for FY 2026 is estimated to be
($1,960,806). This Ending Fund Balance takes into consideration all the requested
carryforwards in the Municipal Transit Fund. These requested items were estimated in the
FY 2025 budget. The total Municipal Transit Fund carryforward request is $28,056 for the
installation of an automatic gate at the bus yard. These requested items were received or
paid for in the new fiscal year and require the available budget from the prior fiscal year to
be carried forward to the new fiscal year to offset the cost. See Exhibit “A” for a listing of
each carryforward item.
Municipal Transit Original BudgetProposed AmendmentAmended Budget
Fund
Total Expenditures$6,651,878$28,056$6,679,934
6.The Hotel Occupancy Tax Fund Adopted Ending Fund Balance for FY 2026 is estimated
to be $374,394. This Ending Fund Balance takes into consideration all the requested
carryforwards in the Hotel Occupancy Tax Fund. These requested items were estimated in
the FY 2025 budget. The total Hotel Occupancy Tax Fund carryforward request is $1,567
in expenditure for the purchase of furniture for educational purposes and $4,000 in revenue
from the Rotary Club of BMT as a donation. These requested items were received or paid
for in the new fiscal year and require the available budget from the prior fiscal year to be
carried forward to the new fiscal year to offset the cost. See Exhibit “A” for a listing of
each carryforward item.
Hotel Occupancy Original BudgetProposed AmendmentAmended Budget
Tax Fund
Total Expenditures$3,524,254$5,567$3,529,821
FUNDING SOURCE
Multiple Funds
RECOMMENDATION
Approval of the ordinance
ATTACHMENTS
Exhibit A
Exhibit B
2
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Amalia Villarreal, P.E., CFM, Director of Public Works
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council consider a resolution approving a permit payment to the
Texas Commission on Environmental Quality (TCEQ).
BACKGROUND
Each year, the City is issued a Public Health Service Fee by the Texas Commission on
Environmental Quality (TCEQ). This fee is assessed for operating a public drinking water
system, as outlined in Title 30, Texas Administrative Code, Subsection 290.51(a). The revenue
collected through this fee is used to cover the commission’s expenses related to providing
regulatory services to public water systems.
The current fiscal year total is $141,029.35.
FUNDING SOURCE
Water Fund.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
Agenda Attachment - TCEQ Annual Water System Fee
3
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Amalia Villarreal, P.E., CFM, Director of Public Works
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council consider a resolution authorizing the City Manager to
execute an Advance Funding Agreement (AFA) with the Texas
Department of Transportation (TxDOT) for the 2025 HSIP
(Eleventh Street) Interconnect Signals Project.
BACKGROUND
The City was recently awarded four adaptive signal projects through FHWA’s 2025 Highway
Safety Improvements Program (HSIP). The projects have been assigned for the following fiscal
years:
College Street - FY 2026
Eleventh Street - FY 2027
FM 364 (Major Drive) - FY 2028
SS 380 (MLK Parkway) - FY 2029
This item pertains to the Eleventh Street project, which consists of upgrading equipment and
implementing adaptive software to adjust signal timing and phasing in real time based on traffic
conditions.
An Advance Funding Agreement with TxDOT is required to initiate the project and establish the
terms for federal participation. The total project estimate is $915,698.00. The City’s share is
$85,393.00, with Federal Funds providing $782,485.00 and the State providing $47,820.00. The
City will also be responsible for 100% of overruns during construction.
FUNDING SOURCE
Certificates of Obligation.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
2025 HSIP Eleventh Street AFA
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
STATE OF TEXAS §
COUNTY OF TRAVIS §
ADVANCE FUNDING AGREEMENT
For
Highway Safety Improvement Program
Off-System
THIS AGREEMENT (Agreement) is made by and between the State of Texas, acting by and
through the Texas Department of Transportation SCity of
Beaumont
WITNESSETH
WHEREAS, federal law establishes federally funded programs for transportation improvements
to implement its public purposes, and
WHEREAS, the Texas Transportation Code, Section 201.103 establishes that the State shall
design, construct and operate a system of highways in cooperation with local governments, and
Section 222.052 authorizes the Texas Transportation Commission to accept contributions from
political subdivisions for development and construction of public roads and the state highway
system within the political subdivision, and
WHEREAS, federal and state laws require local governments to meet certain contract
standards relating to the management and administration of State and federal funds, and
WHEREAS, the Texas Transportation Commission has codified 43 TAC, Rules 15.50-15.56 that
describe federal, state, and local responsibilities for cost participation in highway improvement
and other transportation projects, and
WHEREAS, the Texas Transportation Commission passed Minute Order Number 116997
authorizing the State to undertake and complete a highway improvement or other transportation
project generally described as 2025 HSIP (ELEVENTH ST.) Interconn Signals. The portion of
the project work covered by this Agreement is identified in the Agreement, Article 3, Scope of
Work (Project), and
WHEREAS, the Governing Body of the Local Government has approved entering into this
Agreement by resolution, ordinance, or commissioners court order dated {Enter Date of
Resolution}, which is attached to and made a part of this Agreement as Attachment C,
Resolution, Ordinance, or Commissioners Court Order (Attachment C). A map showing the
Project location appears in Attachment A, Location Map Showing Project (Attachment A), which
is attached to and made a part of this Agreement.
AFA LongGen Page 1 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
NOW, THEREFORE, in consideration of the premises and of the mutual covenants and
agreements of the parties, to be by them respectively kept and performed as set forth in this
Agreement, it is agreed as follows:
AGREEMENT
1. Responsible Parties:
For the Project covered by this Agreement, the parties shall be responsible for the
following work as stated in the article of the Agreement referenced in the table below:
1 Local Government* Utilities Article 8
2. Local Government* Environmental Assessment and Mitigation Article 9
3. Local Government Architectural and Engineering Services Article 11
4. State Construction Responsibilities Article 12
5. Local Government* Right of Way and Real Property Article 14
An asterisk next to the party responsible for specific work in the above table indicates
that the associated specific work is not anticipated as part of the Project and is therefore
not included in the budget; however, the party indicated will be responsible for that
specific work if that work is not the subject of another agreement and the State
determines that the specific work has become necessary to successful completion of the
Project.
2. Period of the Agreement
This Agreement becomes effective when signed by the last party whose signing makes
the Agreement fully executed. This Agreement shall remain in effect until the Project is
completed or unless terminated as provided below.
3. Scope of Work
The scope of work for the Project consists of the installation of interconnected signals to
form an adaptive traffic signal system on Eleventh Street in Beaumont, Texas, Jefferson
County from Delaware Street South to Fannett Road as shown in Attachment A.
4. Project Sources and Uses of Funds
The total estimated cost of the Project is shown in Attachment B, Project Budget
(Attachment B) which is attached to and made a part of this Agreement.
A. If the Local Government will perform any work under this Agreement for which
reimbursement will be provided by or through the State, the Local Government
must complete training. If federal funds are being used, the training must be
completed before federal spending authority is obligated. Training is complete
when at least one individual who is working actively and directly on the Project
Government Project Procedures and Qualification for the Texas Department of
and retains qualification in accordance with applicable TxDOT
AFA LongGen Page 2 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
procedures. Upon request, the Local Government shall provide the certificate of
qualification to the State. The individual who receives the training certificate may
be an employee of the Local Government or an employee of a firm that has been
contracted by the Local Government to perform oversight of the Project. The
State in its discretion may deny reimbursement if the Local Government has not
continuously designated in writing a qualified individual to work actively on or to
directly oversee the Project.
B. The expected cash contributions from the federal government, the State, the
Local Government, or other parties are shown in Attachment B. The State will
pay for only those Project costs that have been approved by the Texas
Transportation Commission. For projects with federal funds, the State and the
federal government will not reimburse the Local Government for any work
performed before the federal spending authority is formally obligated to the
Project by the Federal Highway Administration (FHWA). After federal funds have
been obligated, the State will send to the Local Government a copy of the formal
documentation showing the obligation of funds including federal award
information. The Local Government is responsible for 100% of the cost of any
work performed under its direction or control before the federal spending
authority is formally obligated.
C. Attachment B shows, by major cost categories, the cost estimates and the party
responsible for performing the work for each category. These categories may
include but are not limited to: (1) costs of real property; (2) costs of utility work;
(3) costs of environmental assessment and remediation; (4) cost of preliminary
engineering and design; (5) cost of construction and construction management;
and (6) any other local project costs.
D. The State will be responsible for securing the federal and State share of the
funding required for the development and construction of the local Project. If the
Local Government is due funds for expenses incurred, these funds will be
reimbursed to the Local Government on a cost basis.
E. The Local Government will be responsible for all non-federal or non-State
participation costs associated with the Project, unless otherwise provided for in
this Agreement or approved otherwise in an amendment to this Agreement. For
items of work subject to specified percentage funding, the Local Government
shall only in those instances be responsible for all Project costs that are greater
than the maximum State and federal participation specified in Attachment B and
for overruns in excess of the amount specified in Attachment B to be paid by the
Local Government.
F. The budget in Attachment B will clearly state all items subject to fixed price
funding, specified percentage funding, and the periodic payment schedule, when
periodic payments have been approved by the State.
G. When the Local Government bears the responsibility for paying cost overruns,
the Local Government shall make payment to the State within thirty (30) days
from the additional funds being due.
H. When fixed price funding is used, the Local Government is responsible for the
fixed price amount specified in Attachment B. Fixed prices are not subject to
adjustment unless (1) differing site conditions are encountered; (2) further
AFA LongGen Page 3 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
differing costs from those estimated; (3) work requested by the Local
Government is determined to be ineligible for federal participation; or (4) the
adjustment is mutually agreed to by the State and the Local Government.
I. Prior to the performance of any engineering review work by the State, the Local
Government will pay to the State the amount specified in Attachment B. At a
estimated cost of preliminary engineering performed or reviewed by the State for
the Project. At least sixty (60) days prior to the date set for receipt of the
construction bids, the Local Government shall remit its remaining financial share
tion oversight and construction cost.
J. The State will not execute the contract for the construction of the Project until the
required funding has been made available by the Local Government in
accordance with this Agreement.
K. Whenever funds are paid by the Local Government to the State under this
Agreement, the Local Government shall remit a check or warrant made payable
Clearing House (ACH) system for electronic transfer of funds in accordance with
The funds shall be deposited
and managed by the State and may only be applied by the State to the Project.
L. The State will not pay interest on any funds provided by the Local Government.
M. If a waiver for the collection of indirect costs for a service project has been
granted under 43 TAC §15.56, the State will not charge the Local Government
for the indirect costs the State incurs on the Project, unless this Agreement is
terminated at the request of the Local Government prior to completion of the
Project.
N. If the Local Government is an Economically Disadvantaged County (EDC) and if
the State has approved adjustments to the standard financing arrangement, this
Agreement reflects those adjustments.
O. Where the Local Government is authorized to perform services under this
Agreement and be reimbursed by the State, the Local Government is authorized
to submit requests for reimbursement by submitting the original of an itemized
invoice, in a form and containing all items required by the State, no more
frequently than monthly and no later than ninety (90) days after costs are
incurred. If the Local Government submits invoices more than ninety (90) days
after the costs are incurred and if federal funding is reduced as a result, the State
shall have no responsibility to reimburse the Local Government for those costs.
P. Upon completion of the Project, the State will perform a final accounting of the
Project costs for all items of work with specified percentage funding. Any funds
due by the Local Government, the State, or the federal government for these
work items will be promptly paid by the owing party.
Q. The state auditor may conduct an audit or investigation of any entity receiving
funds from the State directly under this Agreement or indirectly through a
subcontract under this Agreement. Acceptance of funds directly under this
Agreement or indirectly through a subcontract under this Agreement acts as
acceptance of the authority of the state auditor, under the direction of the
AFA LongGen Page 4 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
legislative audit committee, to conduct an audit or investigation in connection with
those funds. An entity that is the subject of an audit or investigation must provide
the state auditor with access to any information the state auditor considers
relevant to the investigation or audit.
R. Payment under this Agreement beyond the end of the current fiscal biennium is
subject to availability of appropriated funds. If funds are not appropriated, this
Agreement shall be terminated immediately with no liability to either party.
5. Termination of This Agreement
This Agreement shall remain in effect until the Project is completed and accepted by all
parties, unless:
A. The Agreement is terminated in writing with the mutual consent of the parties;
B. The Agreement is terminated by one party because of a breach, in which case
any costs incurred because of the breach shall be paid by the breaching party;
C. The Local Government elects not to provide funding after the completion of
preliminary engineering, specifications, and estimates (PS&E) and the Project
does not proceed because of insufficient funds, in which case the Local
Government agrees to reimburse the State for its reasonable actual costs
incurred during the Project; or
D. The Agreement is terminated by the State because the parties are not able to
execute a mutually agreeable amendment when the costs for Local Government
requested items increase significantly due to differing site conditions,
determination that Local government requested work is ineligible for federal or
state cost participation, or a
proposed work scope identifies greatly differing costs from those estimated. The
State will reimburse Local Government remaining funds to the Local Government
within ninety (90) days of termination; or
E. The Project is inactive for thirty-six (36) consecutive months or longer and no
expenditures have been charged against federal funds, in which case the State
may in its discretion terminate this Agreement.
6. Amendments
Amendments to this Agreement due to changes in the character of the work, terms of
the Agreement, or responsibilities of the parties relating to the Project may be enacted
through a mutually agreed upon, written amendment.
7. Remedies
This Agreement shall not be considered as specifying the exclusive remedy for any
agreement default, but all remedies existing at law and in equity may be availed of by
either party to this Agreement and shall be cumulative.
8. Utilities
The party named in Article 1, Responsible Parties, under AGREEMENT shall be
responsible for the adjustment, removal, or relocation of utility facilities in accordance
with applicable state laws, regulations, rules, policies, and procedures, including any
AFA LongGen Page 5 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
utility facilities are adjusted, removed, or relocated before the scheduled beginning of
construction. The Local Government will not be reimbursed with federal or State funds
for the cost of required utility work. The Local Government must obtain advance
approval for any variance from established procedures. Before a construction contract is
on stating that
the Local Government has completed the adjustment of all utilities that must be adjusted
before construction is commenced.
9. Environmental Assessment and Mitigation
Development of a transportation project must comply with the National Environmental
Policy Act and the National Historic Preservation Act of 1966, which require
environmental clearance of federal-aid projects. The party named in Article 1,
Responsible Parties, under AGREEMENT is responsible for the following:
A. The identification and assessment of any environmental problems associated
with the development of a local project governed by this Agreement.
B. T
C. Providing any public meetings or public hearings required for the environmental
assessment process. Public hearings will not be held prior to the approval of the
Project schematic.
D. The preparation of the NEPA documents required for the environmental
clearance of this Project.
If the Local Government is responsible for the environmental assessment and mitigation,
before the advertisement for bids, the Local Government shall provide to the State
written documentation from the appropriate regulatory agency or agencies that all
environmental clearances have been obtained.
10. Compliance with Accessibility Standards
All parties to this Agreement shall ensure that the plans for and the construction of all
projects subject to this Agreement are in compliance with standards issued or approved
by the Texas Department of Licensing and Regulation (TDLR) as meeting or consistent
with minimum accessibility requirements of the Americans with Disabilities Act (P.L. 101-
336) (ADA).
11. Architectural and Engineering Services
The party named in Article 1, Responsible Parties, under AGREEMENT has
responsibility for the performance of architectural and engineering services. The
Standard
Specifications for Construction and Maintenance of Highways, Streets and Bridges and
the special specifications and special provisions related to it. For projects on the State
highway system, the design shall, at a minimum conform to applicable State manuals.
For projects not on the State highway system, the design shall, at a minimum, conform
to applicable American Association of State Highway and Transportation Officials
(AASHTO) design standards.
AFA LongGen Page 6 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
In procuring professional services, the parties to this Agreement must comply with
federal requirements cited in 23 CFR Part 172 if the Project is federally funded and with
Texas Government Code 2254, Subchapter A, in all cases. Professional contracts for
federally funded projects must conform to federal requirements, specifically including the
provision for participation by Disadvantaged Business Enterprises (DBEs), ADA, and
environmental matters. If the Local Government is the responsible party, the Local
Government shall submit its procurement selection process for prior approval by the
State. All professional services contracts must be reviewed and approved by the State
prior to execution by the Local Government.
12. Construction Responsibilities
The party named in Article 1, Responsible Parties, under AGREEMENT is responsible
for the following:
A. Advertise for construction bids, issue bid proposals, receive and tabulate the
bids, and award and administer the contract for construction of the Project.
Administration of the contract includes the responsibility for construction
engineering and for issuance of any change orders, supplemental agreements,
amendments, or additional work orders that may become necessary subsequent
to the award of the construction contract. In order to ensure federal funding
eligibility, projects must be authorized by the State prior to advertising for
construction.
B. If the State is the responsible party, the State will use its approved contract
letting and award procedures to let and award the construction contract.
C. If the Local Government is the responsible party, the Local Government shall
submit its contract letting and award procedures to the State for review and
approval prior to letting.
D. If the Local Government is the responsible party, the State must concur with the
low bidder selection before the Local Government can enter into a contract with
the vendor.
E. If the Local Government is the responsible party, the State must review and
approve change orders.
F. Upon completion of the Project, the party responsible for constructing the Project
construction completion and submit certification(s) sealed by a professional
engineer(s) licensed in the State of Texas.
G. For federally funded contracts, the parties to this Agreement will comply with
federal construction requirements cited in 23 CFR Part 635 and with
requirements cited in 23 CFR Part 633, and shall include the latest version of
-
be performed, a finding of cost effectiveness shall be made in compliance with 23
CFR 635, Subpart B.
13. Project Maintenance
The Local Government shall be responsible for maintenance of locally owned roads and
locally owned facilities after completion of the work. The State shall be responsible for
maintenance of the State highway system after completion of the work if the work was
AFA LongGen Page 7 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
on the State highway system, unless otherwise provided for in existing maintenance
agreements with the Local Government.
14. Right of Way and Real Property
The party named in Article 1, Responsible Parties, under AGREEMENT is responsible
for the provision and acquisition of any needed right of way or real property.
The Local Government shall be responsible for the following:
A. Right of way and real property acquisition shall be the responsibility of the Local
Government. Title to right of way and other related real property must be
acceptable to the S`tate before funds may be expended for the improvement of
the right of way or real property.
B. If the Local Government is the owner of any part of the Project site under this
Agreement, the Local Government shall permit the State or its authorized
representative access to occupy the site to perform all activities required to
execute the work.
C. All parties to this Agreement will comply with and assume the costs for
compliance with all the requirements of Title II and Title III of the Uniform
Relocation Assistance and Real Property Acquisition Policies Act of 1970, Title
42 U.S.C.A. Section 4601 et seq., including those provisions relating to incidental
expenses incurred by the property owners in conveying the real property to the
Local Government and benefits applicable to the relocation of any displaced
person as defined in 49 CFR Section 24.2(g). Documentation to support such
compliance must be maintained and made available to the State and its
representatives for review and inspection.
D. The Local Government shall assume all costs and perform necessary
requirements to provide any necessary evidence of title or right of use in the
name of the Local Government to the real property required for development of
the Project. The evidence of title or rights shall be acceptable to the State, and
be free and clear of all encroachments. The Local Government shall secure and
provide easements and any needed rights of entry over any other land needed to
develop the Project according to the approved Project plans. The Local
Government shall be responsible for securing any additional real property
required for completion of the Project.
E. In the event real property is donated to the Local Government after the date of
the State regarding fair market value of the acquired property. The State will
review the Loc
property is to be used as a funding match, it may not be provided by the Local
Government. The State will not reimburse the Local Government for any real
property acquired before execution of this Agreement and the obligation of
federal spending authority.
F. The Local Government shall prepare real property maps, property descriptions,
and other data as needed to properly describe the real property and submit them
to the State for approval prior to the Local Government acquiring the real
AFA LongGen Page 8 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
property. Tracings of the maps shall be retained by the Local Government for a
permanent record.
G. The Local Government agrees to make a determination of property values for
each real property parcel by methods acceptable to the State and to submit to
the State a tabulation of the values so determined, signed by the appropriate
Local Government representative. The tabulations shall list the parcel numbers,
ownership, acreage and recommended compensation. Compensation shall be
shown in the component parts of land acquired, itemization of improvements
acquired, damages (if any) and the amounts by which the total compensation will
be reduced if the owner retains improvements. This tabulation shall be
accompanied by an explanation to support the determined values, together with
a copy of information or reports used in calculating all determined values.
Expenses incurred by the Local Government in performing this work may be
eligible for reimbursement after the Local Government has received written
authorization by the State to proceed with determination of real property values.
The State will review the data submitted and may base its reimbursement for
parcel acquisitions on these values.
H. Reimbursement for real property costs will be made to the Local Government for
real property purchased in an amount not to exceed eighty percent (80%) of the
cost of the real property purchased in accordance with the terms and provisions
of this Agreement. Reimbursement will be in an amount not to exceed eighty
of the parcel, whichever is less. In addition, reimbursement will be made to the
Local Government for necessary payments to appraisers, expenses incurred in
order to assure good title, and costs associated with the relocation of displaced
persons and personal property as well as incidental expenses.
I. If the Project requires the use of real property to which the Local Government will
not hold title, a separate agreement between the owners of the real property and
the Local Government must be executed prior to execution of this Agreement.
The separate agreement must establish that the Project will be dedicated for
public use for a period of not less than 10 (ten) years after completion. The
separate agreement must define the responsibilities of the parties as to the use
of the real property and operation and maintenance of the Project after
completion. The separate agreement must be approved by the State prior to its
execution. A copy of the executed agreement shall be provided to the State.
15. Insurance
If this Agreement authorizes the Local Government or its contractor to perform any work
on State right of way, before beginning work, the entity performing the work shall provide
the State with a fully executed copy of the State's Form 1560 Certificate of Insurance
verifying the existence of coverage in the amounts and types specified on the Certificate
of Insurance for all persons and entities working on State right of way. This coverage
shall be maintained until all work on the State right of way is complete. If coverage is not
maintained, all work on State right of way shall cease immediately, and the State may
recover damages and all costs of completing the work.
AFA LongGen Page 9 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
16. Notices
All notices to either party shall be delivered personally or sent by certified or U.S. mail,
postage prepaid, addressed to that party at the following address:
Local Government: State:
City of Beaumont Texas Department of Transportation
ATTN: City Manager ATTN: Director of Contract Services
th
801 Main Street Suite #300 125 E. 11 Street
Beaumont, Texas 77701 Austin, TX 78701
All notices shall be deemed given on the date delivered in person or deposited in the
mail, unless otherwise provided by this Agreement. Either party may change the above
address by sending written notice of the change to the other party. Either party may
request in writing that notices shall be delivered personally or by certified U.S. mail, and
that request shall be carried out by the other party.
17. Legal Construction
If one or more of the provisions contained in this Agreement shall for any reason be held
invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or
unenforceability shall not affect any other provisions and this Agreement shall be
construed as if it did not contain the invalid, illegal, or unenforceable provision.
18. Responsibilities of the Parties
The State and the Local Government agree that neither party is an agent, servant, or
employee of the other party, and each party agrees it is responsible for its individual acts
and deeds as well as the acts and deeds of its contractors, employees, representatives,
and agents.
19. Ownership of Documents
Upon completion or termination of this Agreement, all documents prepared by the State
shall remain the property of the State. All data and information prepared under this
Agreement shall be made available to the State without restriction or limitation on their
further use. All documents produced or approved or otherwise created by the Local
Government shall be transmitted to the State, in the format directed by the State, on a
monthly basis or as required by the State. The originals shall remain the property of the
Local Government. .
20. Compliance with Laws
The parties to this Agreement shall comply with all federal, state, and local laws,
statutes, ordinances, rules and regulations, and the orders and decrees of any courts or
administrative bodies or tribunals in any manner affecting the performance of this
Agreement. When required, the Local Government shall furnish the State with
satisfactory proof of this compliance.
AFA LongGen Page 10 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
21. Sole Agreement
This Agreement constitutes the sole and only agreement between the parties and
supersedes any prior understandings or written or oral agreements respecting the
Agreement
22. Cost Principles
In order to be reimbursed with federal funds, the parties shall comply with the cost
principles established in 2 CFR 200 that specify that all reimbursed costs are allowable,
reasonable, and allocable to the Project.
23. Procurement and Property Management Standards
The parties to this Agreement shall adhere to the procurement and property
management standards established in 2 CFR 200, Uniform Administrative
Requirements, Cost Principles, and Audit Requirements for Federal Awards, and to the
Texas Uniform Grant Management Standards. The State must pre-approve the Local
procurement procedures for purchases to be eligible for state or federal
funds.
24. Inspection of Books and Records
The parties to this Agreement shall maintain all books, documents, papers, accounting
records, and other documentation relating to costs incurred under this Agreement and
shall make such materials available to the State, the Local Government, and, if federally
funded, the FHWA and the U.S. Office of the Inspector General or their duly authorized
representatives for review and inspection at its office during the Agreement period and
for seven (7) years from the date of final reimbursement by FHWA under this Agreement
or until any impending litigation or claims are resolved. Additionally, the State, the Local
Government, and the FHWA and their duly authorized representatives shall have access
to all the governmental records that are directly applicable to this Agreement for the
purpose of making audits, examinations, excerpts, and transcriptions.
25. Civil Rights Compliance
The parties to this Agreement are responsible for the following:
A. Compliance with Regulations: Both parties will comply with the Acts and the
Regulations relative to Nondiscrimination in Federally-assisted programs of the
U.S. Department of Transportation (USDOT), the Federal Highway
Administration (FHWA), as they may be amended from time to time, which are
herein incorporated by reference and made part of this Agreement.
B. Nondiscrimination: The Local Government, with regard to the work performed by
it during the Agreement, will not discriminate on the grounds of race, color, or
national origin in the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The Local Government will
not participate directly or indirectly in the discrimination prohibited by the Acts
and the Regulations, including employment practices when the Agreement
covers any activity, project, or program set forth in Appendix B of 49 CFR Part
21.
AFA LongGen Page 11 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
C. Solicitations for Subcontracts, Including Procurement of Materials and
Equipment: In all solicitations either by competitive bidding or negotiation made
by the Local Government for work to be performed under a subcontract, including
procurement of materials or leases of equipment, each potential subcontractor or
obligations under this Agreement and the Acts and Regulations relative to
Nondiscrimination on the grounds of race, color, or national origin.
D. Information and Reports: The Local Government will provide all information and
reports required by the Acts, the Regulations, and directives issued pursuant
thereto, and will permit access to its books, records, accounts, other sources of
information, and facilities as may be determined by the State or the FHWA to be
pertinent to ascertain compliance with such Acts, Regulations or directives.
Where any information required of the Local Government is in the exclusive
possession of another who fails or refuses to furnish this information, the Local
Government will so certify to the State or the FHWA, as appropriate, and will set
forth what efforts it has made to obtain the information.
E. Sanctions for Noncompliance: In the event of the Local Government's
noncompliance with the Nondiscrimination provisions of this Agreement, the
State will impose such contract sanctions as it or the FHWA may determine to be
appropriate, including, but not limited to:
F. withholding of payments to the Local Government under the Agreement until the
Local Government complies and/or
G. cancelling, terminating, or suspending of the Agreement, in whole or in part.
H. Incorporation of Provisions: The Local Government will include the provisions of
paragraphs (A) through (F) in every subcontract, including procurement of
materials and leases of equipment, unless exempt by the Acts, the Regulations
and directives issued pursuant thereto. The Local Government will take such
action with respect to any subcontract or procurement as the State or the FHWA
may direct as a means of enforcing such provisions including sanctions for
noncompliance. Provided, that if the Local Government becomes involved in, or
is threatened with, litigation with a subcontractor or supplier because of such
direction, the Local Government may request the State to enter into such
litigation to protect the interests of the State. In addition, the Local Government
may request the United States to enter into such litigation to protect the interests
of the United States.
26. Pertinent Non-Discrimination Authorities
During the performance of this Agreement, each party, for itself, its assignees, and
successors in interest agree to comply with the following nondiscrimination statutes and
authorities; including but not limited to:
A. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252),
(pro-hibits discrimination on the basis of race, color, national origin); and 49 CFR
Part 21.
B. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of
1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or
AFA LongGen Page 12 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
whose property has been acquired because of federal or federal-aid programs
and projects).
C. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), as amended,
(prohibits discrimination on the basis of sex).
D. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as
amended, (prohibits discrimination on the basis of disability); and 49 CFR Part
27.
E. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.),
(prohibits discrimination on the basis of age).
F. Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section
47123), as amended, (prohibits discrimination based on race, creed, color,
national origin, or sex).
G. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope,
coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age
Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by
expanding the def
programs or activities of the federal-aid recipients, subrecipients and contractors,
whether such programs or activities are federally funded or not).
H. Titles II and III of the Americans with Disabilities Act, which prohibits
discrimination on the basis of disability in the operation of public entities, public
and private transportation systems, places of public accommodation, and certain
testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of
Transportation regulations at 49 C.F.R. parts 37 and 38.
I.
47123) (prohibits discrimination on the basis of race, color, national origin, and
sex).
J. Executive Order 12898, Federal Actions to Address Environmental Justice in
Minority Populations and Low-Income Populations, which ensures
nondiscrimination against minority populations by discouraging programs,
policies, and activities with disproportionately high and adverse human health or
environmental effects on minority and low-income populations.
K. Executive Order 13166, Improving Access to Services for Persons with Limited
English Proficiency, and resulting agency guidance, national origin discrimination
includes discrimination because of limited English proficiency (LEP). To ensure
compliance with Title VI, the parties must take reasonable steps to ensure that
LEP persons have meaningful access to the programs (70 Fed. Reg. at 74087 to
74100).
L. Title IX of the Education Amendments of 1972, as amended, which prohibits the
parties from discriminating because of sex in education programs or activities (20
U.S.C. 1681 et seq.).
27. Disadvantaged Business Enterprise (DBE) Program Requirements
If federal funds are used:
A. The parties shall comply with the Disadvantaged Business Enterprise Program
requirements established in 49 CFR Part 26.
AFA LongGen Page 13 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
B.
DBE program.
C. The Local Government shall incorporate into its contracts with subproviders an
consideration of the local market, project size, and nature of the goods or
services to be acquired. The Local Government shall submit its proposed scope
of services and quantity estimates to the State to allow the State to establish a
DBE goal for each Local Government contract with a subprovider. The Local
Government shall be responsible for documenting its actions.
D.
referenced in TxDOT Form 2395, Memorandum of Understanding Regarding the
-Approved
Disadvantaged Business Enterprise by Entity, and attachments found at web
address http://ftp.dot.state.tx.us/pub/txdot-
info/bop/dbe/mou/mou_attachments.pdf.
E. The Local Government shall not discriminate on the basis of race, color, national
origin, or sex in the award and performance of any U.S. Department of
Transportation (DOT)-assisted contract or in the administration of its DBE
program or the requirements of 49 CFR Part 26. The Local Government shall
take all necessary and reasonable steps under 49 CFR Part 26 to ensure non-
discrimination in award and administration of DOT-assisted contracts. The
proved by DOT,
is incorporated by reference in this Agreement. Implementation of this program
is a legal obligation and failure to carry out its terms shall be treated as a
violation of this Agreement. Upon notification to the Local Government of its
failure to carry out its approved program, the State may impose sanctions as
provided for under 49 CFR Part 26 and may, in appropriate cases, refer the
matter for enforcement under 18 U.S.C. 1001 and the Program Fraud Civil
Remedies Act of 1986 (31 U.S.C. 3801 et seq.).
F. Each contract the Local Government signs with a contractor (and each
subcontract the prime contractor signs with a sub-contractor) must include the
following assurance: The contractor, sub-recipient, or sub-contractor shall not
discriminate on the basis of race, color, national origin, or sex in the performance
of this contract. The contractor shall carry out applicable requirements of 49
CFR Part 26 in the award and administration of DOT-assisted contracts. Failure
by the contractor to carry out these requirements is a material breach of this
Agreement, which may result in the termination of this Agreement or such other
remedy as the recipient deems appropriate.
28. Debarment Certifications
If federal funds are used, the parties are prohibited from making any award at any tier to
any party that is debarred or suspended or otherwise excluded from or ineligible for
ecuting this Agreement, the Local Government certifies that it
and its principals are not currently debarred, suspended, or otherwise excluded from or
ineligible for participation in Federal Assistance Programs under Executive Order 12549
AFA LongGen Page 14 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
and further certifies that it will not do business with any party, to include principals, that is
currently debarred, suspended, or otherwise excluded from or ineligible for participation
in Federal Assistance Programs under Executive Order 12549. The parties to this
Agreement shall require any party to a subcontract or purchase order awarded under
this Agreement to certify its eligibility to receive federal funds and, when requested by
the State, to furnish a copy of the certification.
If state funds are used, the parties are prohibited from making any award to any party
that is debarred under the Texas Administrative Code, Title 34, Part 1, Chapter 20,
Subchapter G, Rule §20.585 and the Texas Administrative Code, Title 43, Part 1,
Chapter 9, Subchapter G.
29. Lobbying Certification
If federal funds are used, in executing this Agreement, each signatory certifies to the
A. No federal appropriated funds have been paid or will be paid by or on behalf of
the parties to any person for influencing or attempting to influence an officer or
employee of any federal agency, a Member of Congress, an officer or employee
of Congress, or an employee of a Member of Congress in connection with the
awarding of any federal contract, the making of any federal grant, the making of
any federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any federal
contract, grant, loan, or cooperative agreement.
B. If any funds other than federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of
any agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with federal contracts, grants,
loans, or cooperative agreements, the signatory for the Local Government shall
complete and submit the Federal Standard Form-
nstructions.
C. The parties shall require that the language of this certification shall be included in
the award documents for all sub-awards at all tiers (including subcontracts,
subgrants, and contracts under grants, loans, and cooperative agreements) and
all sub-recipients shall certify and disclose accordingly. Submission of this
certification is a prerequisite for making or entering into this transaction imposed
by Title 31 U.S.C. §1352. Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
30. Federal Funding Accountability and Transparency Act Requirements
If federal funds are used, the following requirements apply:
A. Any recipient of funds under this Agreement agrees to comply with the Federal
Funding Accountability and Transparency Act (FFATA) and implementing
regulations at 2 CFR Part 170, including Appendix A. This Agreement is subject
to the following award terms: http://www.gpo.gov/fdsys/pkg/FR-2010-09-
AFA LongGen Page 15 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
14/pdf/2010-22705.pdf and http://www.gpo.gov/fdsys/pkg/FR-2010-09-
14/pdf/2010-22706.pdf.
B. The Local Government agrees that it shall:
1. Obtain and provide to the State a System for Award Management (SAM)
number (Federal Acquisition Regulation, Part 4, Sub-part 4.11) if this award
provides more than $25,000 in federal funding. The SAM number may be
obtained by visiting the SAM website whose address is:
https://www.sam.gov/portal/public/SAM/
2. Obtain and provide to the State a Data Universal Numbering System (DUNS)
number, a unique nine-character number that allows federal government to
track the distribution of federal money. The DUNS may be requested free of
charge for all businesses and entities required to do so by visiting the Dun &
Bradstreet (D&B) on-line registration website http://fedgov.dnb.com/webform;
and
3. Report the total compensation and names of its top five executives to the
State if:
i. More than 80% of annual gross revenues are from the federal
government, and those revenues are greater than $25,000,000; and
ii. The compensation information is not already available through reporting
to the U.S. Securities and Exchange Commission.
31. Single Audit Report
If federal funds are used:
A. The parties shall comply with the single audit report requirements stipulated in 2
CFR 200, Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards.
B. If threshold expenditures of $750,000 or more are met during the fiscal year, the
Local Government must submit a Single Audit Report and Management Letter (if
applicable) to TxDOT's Compliance Division, 125 East 11th Street, Austin, TX
78701 or contact Txby email at
singleaudits@txdot.gov.
C. If expenditures are less than the threshold during the Local Government's fiscal
year, the Local Government must submit a statement to TxDOT's Compliance
Division as follows: "We did not meet the $______ expenditure threshold and
therefore, are not required to have a single audit performed for FY ______."
D. For each year the Project remains open for federal funding expenditures, the
Local Government will be responsible for filing a report or statement as described
above. The required annual filing shall extend throughout the life of the
Agreement, unless otherwise amended or the Project has been formally closed
out and no charges have been incurred within the current fiscal year.
AFA LongGen Page 16 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
32. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this
Agreement on behalf of the entity represented.
Each party is signing this A
THE STATE OF TEXAS THE LOCAL GOVERNMENT
Signature Signature
Typed or Printed Name Typed or Printed Name
Typed or Printed Title Typed or Printed Title
Date Date
AFA LongGen Page 17 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
ATTACHMENT A
LOCATION MAP SHOWING PROJECT
Page 1 of 1
AFA LongGen Attachment A
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
ATTACHMENT B
PROJECT BUDGET
Construction costs will be allocated based on 100% Federal funding until the Federal funding
reaches the maximum obligated amount. The Local Government will then be responsible for all
other costs including overruns.
Description Total Estimated Federal Participation State Local
Cost Participation Participation
% Cost % Cost % Cost
Engineering (by -$35,000.00 0% $0 0% $0 100% $35,000.00
Local Government)
Construction (by $782,485.00 100% $782,485.00 0% $0 0% $0
State)
Subtotal $817,485.00 $782,485.00 $0 $35,000.00
Environmental $1.00 0% $0 0% $0 100% $1.00
Direct State Costs
Engineering Direct $1,250.00 0% $0 0% $0 100% $1,250.00
State Costs
Right of Way $1.00 0% $0 0% $0 100% $1.00
Direct State Costs
Utility $1.00 0% $0 0% $0 100% $1.00
Direct State Costs
Construction Direct $49,140.00 0% $0 0% $0 100% $49,140.00
State Costs
Subtotal $50,393.00 $0 $0 $50,393.00
Indirect State Costs $47,820.00 0% $0 100% $47,820.00 0% $0
(5.51%)
TOTAL $915,698.00 $782,485.00 $47,820.00 $85,393.00
Initial payment by the Local Government to the State: $1,253.00.
Payment by the Local Government to the State before construction: $49,140.00.
Estimated total payment by the Local Government to the State $50,393.00.
This is an estimate. The final amount of Local Government participation will be based on actual
costs.
Page 1 of 1
AFA LongGen Attachment B
TxDOT:: Federal Highway Administration:
CCSJ #
0920-38-302 AFA ID Z00012413 CFDA No. 20.205
AFA CSJs
0920-38-302 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP(ELEVENTH ST)
Project Name AFA Not Used For Research & Development
INTERCONN SIGNALS
ATTACHMENT C
RESOLUTION, ORDINANCE, OR COMMISSIONERS COURT ORDER
Page 1 of 1
AFA LongGen Attachment C
4
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Amalia Villarreal, P.E., CFM, Director of Public Works
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council consider a resolution authorizing the City Manager to
execute an Advance Funding Agreement (AFA) with the Texas
Department of Transportation (TxDOT) for the 2025 HSIP (FM
364) Interconnect Signals Project.
BACKGROUND
The City was recently awarded four adaptive signal projects through FHWA’s 2025 Highway
Safety Improvements Program (HSIP). The projects have been assigned for the following fiscal
years:
College Street - FY 2026
Eleventh Street - FY 2027
FM 364 (Major Drive) - FY 2028
SS380 (MLK Parkway) - FY 2029
This item pertains to the FM 364 (Major Drive) project, which consists of upgrading equipment
and implementing adaptive software to adjust signal timing and phasing in real time based on
traffic conditions.
An Advance Funding Agreement with TxDOT is required to initiate the project and establish the
terms for federal participation. The total project estimate is $800,924.00. The City’s share is
$78,969.00, with Federal Funds providing $612,180.90 and the State providing $109,774.10. The
City will also be responsible for 100% of overruns during construction.
FUNDING SOURCE
Certificates of Obligation.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
2025 HSIP (FM 364) Interconnect Signals
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
STATE OF TEXAS §
COUNTY OF TRAVIS §
ADVANCE FUNDING AGREEMENT
For
Highway Safety Improvement Program
On-System
THIS AGREEMENT (Agreement) is made by and between the State of Texas, acting by and
through the Texas Department of Transportation SCity of
Beaumont
WITNESSETH
WHEREAS, federal law establishes federally funded programs for transportation improvements
to implement its public purposes, and
WHEREAS, the Texas Transportation Code, Section 201.103 establishes that the State shall
design, construct and operate a system of highways in cooperation with local governments, and
Section 222.052 authorizes the Texas Transportation Commission to accept contributions from
political subdivisions for development and construction of public roads and the state highway
system within the political subdivision, and
WHEREAS, federal and state laws require local governments to meet certain contract
standards relating to the management and administration of State and federal funds, and
WHEREAS, the Texas Transportation Commission has codified 43 TAC, Rules 15.50-15.56 that
describe federal, state, and local responsibilities for cost participation in highway improvement
and other transportation projects, and
WHEREAS, the Texas Transportation Commission passed Minute Order Number 116997
authorizing the State to undertake and complete a highway improvement or other transportation
project generally described as the 2025 Highway Safety Improvement Program (HSIP)
adaptive signal system for the Major Drive (FM 364) corridor. The portion of the project
work covered by this Agreement is identified in the Agreement, Article 3, Scope of Work
(Project), and
WHEREAS, the Governing Body of the Local Government has approved entering into this
Agreement by resolution, ordinance, or commissioners court order dated {Enter Date of
Resolution}, which is attached to and made a part of this Agreement as Attachment C,
Resolution, Ordinance, or Commissioners Court Order (Attachment C). A map showing the
Project location appears in Attachment A, Location Map Showing Project (Attachment A), which
is attached to and made a part of this Agreement.
AFA LongGen Page 1 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
NOW, THEREFORE, in consideration of the premises and of the mutual covenants and
agreements of the parties, to be by them respectively kept and performed as set forth in this
Agreement, it is agreed as follows:
AGREEMENT
1. Responsible Parties:
For the Project covered by this Agreement, the parties shall be responsible for the
following work as stated in the article of the Agreement referenced in the table below:
1 Local Government* Utilities Article 8
2. Local Government* Environmental Assessment and Mitigation Article 9
3. Local Government Architectural and Engineering Services Article 11
4. State Construction Responsibilities Article 12
5. Local Government* Right of Way and Real Property Article 14
An asterisk next to the party responsible for specific work in the above table indicates
that the associated specific work is not anticipated as part of the Project and is therefore
not included in the budget; however, the party indicated will be responsible for that
specific work if that work is not the subject of another agreement and the State
determines that the specific work has become necessary to successful completion of the
Project.
2. Period of the Agreement
This Agreement becomes effective when signed by the last party whose signing makes
the Agreement fully executed. This Agreement shall remain in effect until the Project is
completed or unless terminated as provided below.
3. Scope of Work
The scope of work for the Project consists of the installation of interconnected signals to
form an adaptive traffic signal system on FM 364, down the Major Drive Corridor from
SH 105 South to SH 124 as shown in Attachment A.
4. Project Sources and Uses of Funds
The total estimated cost of the Project is shown in Attachment B, Project Budget
(Attachment B) which is attached to and made a part of this Agreement.
A. If the Local Government will perform any work under this Agreement for which
reimbursement will be provided by or through the State, the Local Government
must complete training. If federal funds are being used, the training must be
completed before federal spending authority is obligated. Training is complete
when at least one individual who is working actively and directly on the Project
AFA LongGen Page 2 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
Government Project Procedures and Qualification for the Texas Department of
and retains qualification in accordance with applicable TxDOT
procedures. Upon request, the Local Government shall provide the certificate of
qualification to the State. The individual who receives the training certificate may
be an employee of the Local Government or an employee of a firm that has been
contracted by the Local Government to perform oversight of the Project. The
State in its discretion may deny reimbursement if the Local Government has not
continuously designated in writing a qualified individual to work actively on or to
directly oversee the Project.
B. The expected cash contributions from the federal government, the State, the
Local Government, or other parties are shown in Attachment B. The State will
pay for only those Project costs that have been approved by the Texas
Transportation Commission. For projects with federal funds, the State and the
federal government will not reimburse the Local Government for any work
performed before the federal spending authority is formally obligated to the
Project by the Federal Highway Administration (FHWA). After federal funds have
been obligated, the State will send to the Local Government a copy of the formal
documentation showing the obligation of funds including federal award
information. The Local Government is responsible for 100% of the cost of any
work performed under its direction or control before the federal spending
authority is formally obligated.
C. Attachment B shows, by major cost categories, the cost estimates and the party
responsible for performing the work for each category. These categories may
include but are not limited to: (1) costs of real property; (2) costs of utility work;
(3) costs of environmental assessment and remediation; (4) cost of preliminary
engineering and design; (5) cost of construction and construction management;
and (6) any other local project costs.
D. The State will be responsible for securing the federal and State share of the
funding required for the development and construction of the local Project. If the
Local Government is due funds for expenses incurred, these funds will be
reimbursed to the Local Government on a cost basis.
E. The Local Government will be responsible for all non-federal or non-State
participation costs associated with the Project, unless otherwise provided for in
this Agreement or approved otherwise in an amendment to this Agreement. For
items of work subject to specified percentage funding, the Local Government
shall only in those instances be responsible for all Project costs that are greater
than the maximum State and federal participation specified in Attachment B and
for overruns in excess of the amount specified in Attachment B to be paid by the
Local Government.
F. The budget in Attachment B will clearly state all items subject to fixed price
funding, specified percentage funding, and the periodic payment schedule, when
periodic payments have been approved by the State.
G. When the Local Government bears the responsibility for paying cost overruns,
the Local Government shall make payment to the State within thirty (30) days
from the additional funds being due.
AFA LongGen Page 3 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
H. When fixed price funding is used, the Local Government is responsible for the
fixed price amount specified in Attachment B. Fixed prices are not subject to
adjustment unless (1) differing site conditions are encountered; (2) further
differing costs from those estimated; (3) work requested by the Local
Government is determined to be ineligible for federal participation; or (4) the
adjustment is mutually agreed to by the State and the Local Government.
I. Prior to the performance of any engineering review work by the State, the Local
Government will pay to the State the amount specified in Attachment B. At a
estimated cost of preliminary engineering performed or reviewed by the State for
the Project. At least sixty (60) days prior to the date set for receipt of the
construction bids, the Local Government shall remit its remaining financial share
tion oversight and construction cost.
J. The State will not execute the contract for the construction of the Project until the
required funding has been made available by the Local Government in
accordance with this Agreement.
K. Whenever funds are paid by the Local Government to the State under this
Agreement, the Local Government shall remit a check or warrant made payable
Clearing House (ACH) system for electronic transfer of funds in accordance with
The funds shall be deposited
and managed by the State and may only be applied by the State to the Project.
L. The State will not pay interest on any funds provided by the Local Government.
M. If a waiver for the collection of indirect costs for a service project has been
granted under 43 TAC §15.56, the State will not charge the Local Government
for the indirect costs the State incurs on the Project, unless this Agreement is
terminated at the request of the Local Government prior to completion of the
Project.
N. If the Local Government is an Economically Disadvantaged County (EDC) and if
the State has approved adjustments to the standard financing arrangement, this
Agreement reflects those adjustments.
O. Where the Local Government is authorized to perform services under this
Agreement and be reimbursed by the State, the Local Government is authorized
to submit requests for reimbursement by submitting the original of an itemized
invoice, in a form and containing all items required by the State, no more
frequently than monthly and no later than ninety (90) days after costs are
incurred. If the Local Government submits invoices more than ninety (90) days
after the costs are incurred and if federal funding is reduced as a result, the State
shall have no responsibility to reimburse the Local Government for those costs.
P. Upon completion of the Project, the State will perform a final accounting of the
Project costs for all items of work with specified percentage funding. Any funds
due by the Local Government, the State, or the federal government for these
work items will be promptly paid by the owing party.
AFA LongGen Page 4 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
Q. The state auditor may conduct an audit or investigation of any entity receiving
funds from the State directly under this Agreement or indirectly through a
subcontract under this Agreement. Acceptance of funds directly under this
Agreement or indirectly through a subcontract under this Agreement acts as
acceptance of the authority of the state auditor, under the direction of the
legislative audit committee, to conduct an audit or investigation in connection with
those funds. An entity that is the subject of an audit or investigation must provide
the state auditor with access to any information the state auditor considers
relevant to the investigation or audit.
R. Payment under this Agreement beyond the end of the current fiscal biennium is
subject to availability of appropriated funds. If funds are not appropriated, this
Agreement shall be terminated immediately with no liability to either party.
5. Termination of This Agreement
This Agreement shall remain in effect until the Project is completed and accepted by all
parties, unless:
A. The Agreement is terminated in writing with the mutual consent of the parties;
B. The Agreement is terminated by one party because of a breach, in which case
any costs incurred because of the breach shall be paid by the breaching party;
C. The Local Government elects not to provide funding after the completion of
preliminary engineering, specifications, and estimates (PS&E) and the Project
does not proceed because of insufficient funds, in which case the Local
Government agrees to reimburse the State for its reasonable actual costs
incurred during the Project; or
D. The Agreement is terminated by the State because the parties are not able to
execute a mutually agreeable amendment when the costs for Local Government
requested items increase significantly due to differing site conditions,
determination that Local government requested work is ineligible for federal or
state cost participation, or a
proposed work scope identifies greatly differing costs from those estimated. The
State will reimburse Local Government remaining funds to the Local Government
within ninety (90) days of termination; or
E. The Project is inactive for thirty-six (36) consecutive months or longer and no
expenditures have been charged against federal funds, in which case the State
may in its discretion terminate this Agreement.
6. Amendments
Amendments to this Agreement due to changes in the character of the work, terms of
the Agreement, or responsibilities of the parties relating to the Project may be enacted
through a mutually agreed upon, written amendment.
7. Remedies
This Agreement shall not be considered as specifying the exclusive remedy for any
agreement default, but all remedies existing at law and in equity may be availed of by
either party to this Agreement and shall be cumulative.
AFA LongGen Page 5 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
8. Utilities
The party named in Article 1, Responsible Parties, under AGREEMENT shall be
responsible for the adjustment, removal, or relocation of utility facilities in accordance
with applicable state laws, regulations, rules, policies, and procedures, including any
utility facilities are adjusted, removed, or relocated before the scheduled beginning of
construction. The Local Government will not be reimbursed with federal or State funds
for the cost of required utility work. The Local Government must obtain advance
approval for any variance from established procedures. Before a construction contract is
on stating that
the Local Government has completed the adjustment of all utilities that must be adjusted
before construction is commenced.
9. Environmental Assessment and Mitigation
Development of a transportation project must comply with the National Environmental
Policy Act and the National Historic Preservation Act of 1966, which require
environmental clearance of federal-aid projects. The party named in Article 1,
Responsible Parties, under AGREEMENT is responsible for the following:
A. The identification and assessment of any environmental problems associated
with the development of a local project governed by this Agreement.
B. T
C. Providing any public meetings or public hearings required for the environmental
assessment process. Public hearings will not be held prior to the approval of the
Project schematic.
D. The preparation of the NEPA documents required for the environmental
clearance of this Project.
If the Local Government is responsible for the environmental assessment and mitigation,
before the advertisement for bids, the Local Government shall provide to the State
written documentation from the appropriate regulatory agency or agencies that all
environmental clearances have been obtained.
10. Compliance with Accessibility Standards
All parties to this Agreement shall ensure that the plans for and the construction of all
projects subject to this Agreement are in compliance with standards issued or approved
by the Texas Department of Licensing and Regulation (TDLR) as meeting or consistent
with minimum accessibility requirements of the Americans with Disabilities Act (P.L. 101-
336) (ADA).
11. Architectural and Engineering Services
The party named in Article 1, Responsible Parties, under AGREEMENT has
responsibility for the performance of architectural and engineering services. The
Standard
Specifications for Construction and Maintenance of Highways, Streets and Bridges and
the special specifications and special provisions related to it. For projects on the State
AFA LongGen Page 6 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
highway system, the design shall, at a minimum conform to applicable State manuals.
For projects not on the State highway system, the design shall, at a minimum, conform
to applicable American Association of State Highway and Transportation Officials
(AASHTO) design standards.
In procuring professional services, the parties to this Agreement must comply with
federal requirements cited in 23 CFR Part 172 if the Project is federally funded and with
Texas Government Code 2254, Subchapter A, in all cases. Professional contracts for
federally funded projects must conform to federal requirements, specifically including the
provision for participation by Disadvantaged Business Enterprises (DBEs), ADA, and
environmental matters. If the Local Government is the responsible party, the Local
Government shall submit its procurement selection process for prior approval by the
State. All professional services contracts must be reviewed and approved by the State
prior to execution by the Local Government.
12. Construction Responsibilities
The party named in Article 1, Responsible Parties, under AGREEMENT is responsible
for the following:
A. Advertise for construction bids, issue bid proposals, receive and tabulate the
bids, and award and administer the contract for construction of the Project.
Administration of the contract includes the responsibility for construction
engineering and for issuance of any change orders, supplemental agreements,
amendments, or additional work orders that may become necessary subsequent
to the award of the construction contract. In order to ensure federal funding
eligibility, projects must be authorized by the State prior to advertising for
construction.
B. If the State is the responsible party, the State will use its approved contract
letting and award procedures to let and award the construction contract.
C. If the Local Government is the responsible party, the Local Government shall
submit its contract letting and award procedures to the State for review and
approval prior to letting.
D. If the Local Government is the responsible party, the State must concur with the
low bidder selection before the Local Government can enter into a contract with
the vendor.
E. If the Local Government is the responsible party, the State must review and
approve change orders.
F. Upon completion of the Project, the party responsible for constructing the Project
construction completion and submit certification(s) sealed by a professional
engineer(s) licensed in the State of Texas.
G. For federally funded contracts, the parties to this Agreement will comply with
federal construction requirements cited in 23 CFR Part 635 and with
requirements cited in 23 CFR Part 633, and shall include the latest version of
-
AFA LongGen Page 7 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
be performed, a finding of cost effectiveness shall be made in compliance with 23
CFR 635, Subpart B.
13. Project Maintenance
The Local Government shall be responsible for maintenance of locally owned roads and
locally owned facilities after completion of the work. The State shall be responsible for
maintenance of the State highway system after completion of the work if the work was
on the State highway system, unless otherwise provided for in existing maintenance
agreements with the Local Government.
14. Right of Way and Real Property
The party named in Article 1, Responsible Parties, under AGREEMENT is responsible
for the provision and acquisition of any needed right of way or real property.
The Local Government shall be responsible for the following:
A. Right of way and real property acquisition shall be the responsibility of the Local
Government. Title to right of way and other related real property must be
acceptable to the State before funds may be expended for the improvement of
the right of way or real property.
B. If the Local Government is the owner of any part of the Project site under this
Agreement, the Local Government shall permit the State or its authorized
representative access to occupy the site to perform all activities required to
execute the work.
C. All parties to this Agreement will comply with and assume the costs for
compliance with all the requirements of Title II and Title III of the Uniform
Relocation Assistance and Real Property Acquisition Policies Act of 1970, Title
42 U.S.C.A. Section 4601 et seq., including those provisions relating to incidental
expenses incurred by the property owners in conveying the real property to the
Local Government and benefits applicable to the relocation of any displaced
person as defined in 49 CFR Section 24.2(g). Documentation to support such
compliance must be maintained and made available to the State and its
representatives for review and inspection.
D. The Local Government shall assume all costs and perform necessary
requirements to provide any necessary evidence of title or right of use in the
name of the Local Government to the real property required for development of
the Project. The evidence of title or rights shall be acceptable to the State, and
be free and clear of all encroachments. The Local Government shall secure and
provide easements and any needed rights of entry over any other land needed to
develop the Project according to the approved Project plans. The Local
Government shall be responsible for securing any additional real property
required for completion of the Project.
E. In the event real property is donated to the Local Government after the date of
the State regarding fair market value of the acquired property. The State will
review the Loc
AFA LongGen Page 8 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
property is to be used as a funding match, it may not be provided by the Local
Government. The State will not reimburse the Local Government for any real
property acquired before execution of this Agreement and the obligation of
federal spending authority.
F. The Local Government shall prepare real property maps, property descriptions,
and other data as needed to properly describe the real property and submit them
to the State for approval prior to the Local Government acquiring the real
property. Tracings of the maps shall be retained by the Local Government for a
permanent record.
G. The Local Government agrees to make a determination of property values for
each real property parcel by methods acceptable to the State and to submit to
the State a tabulation of the values so determined, signed by the appropriate
Local Government representative. The tabulations shall list the parcel numbers,
ownership, acreage and recommended compensation. Compensation shall be
shown in the component parts of land acquired, itemization of improvements
acquired, damages (if any) and the amounts by which the total compensation will
be reduced if the owner retains improvements. This tabulation shall be
accompanied by an explanation to support the determined values, together with
a copy of information or reports used in calculating all determined values.
Expenses incurred by the Local Government in performing this work may be
eligible for reimbursement after the Local Government has received written
authorization by the State to proceed with determination of real property values.
The State will review the data submitted and may base its reimbursement for
parcel acquisitions on these values.
H. Reimbursement for real property costs will be made to the Local Government for
real property purchased in an amount not to exceed eighty percent (80%) of the
cost of the real property purchased in accordance with the terms and provisions
of this Agreement. Reimbursement will be in an amount not to exceed eighty
of the parcel, whichever is less. In addition, reimbursement will be made to the
Local Government for necessary payments to appraisers, expenses incurred in
order to assure good title, and costs associated with the relocation of displaced
persons and personal property as well as incidental expenses.
I. If the Project requires the use of real property to which the Local Government will
not hold title, a separate agreement between the owners of the real property and
the Local Government must be executed prior to execution of this Agreement.
The separate agreement must establish that the Project will be dedicated for
public use for a period of not less than 10 (ten) years after completion. The
separate agreement must define the responsibilities of the parties as to the use
of the real property and operation and maintenance of the Project after
completion. The separate agreement must be approved by the State prior to its
execution. A copy of the executed agreement shall be provided to the State.
AFA LongGen Page 9 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
15. Insurance
If this Agreement authorizes the Local Government or its contractor to perform any work
on State right of way, before beginning work, the entity performing the work shall provide
the State with a fully executed copy of the State's Form 1560 Certificate of Insurance
verifying the existence of coverage in the amounts and types specified on the Certificate
of Insurance for all persons and entities working on State right of way. This coverage
shall be maintained until all work on the State right of way is complete. If coverage is not
maintained, all work on State right of way shall cease immediately, and the State may
recover damages and all costs of completing the work.
16. Notices
All notices to either party shall be delivered personally or sent by certified or U.S. mail,
postage prepaid, addressed to that party at the following address:
Local Government: State:
City of Beaumont Texas Department of Transportation
ATTN: City Manager ATTN: Director of Contract Services
th
801 Main Street Suite #300 125 E. 11 Street
Beaumont, Texas 77701 Austin, TX 78701
All notices shall be deemed given on the date delivered in person or deposited in the
mail, unless otherwise provided by this Agreement. Either party may change the above
address by sending written notice of the change to the other party. Either party may
request in writing that notices shall be delivered personally or by certified U.S. mail, and
that request shall be carried out by the other party.
17. Legal Construction
If one or more of the provisions contained in this Agreement shall for any reason be held
invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or
unenforceability shall not affect any other provisions and this Agreement shall be
construed as if it did not contain the invalid, illegal, or unenforceable provision.
18. Responsibilities of the Parties
The State and the Local Government agree that neither party is an agent, servant, or
employee of the other party, and each party agrees it is responsible for its individual acts
and deeds as well as the acts and deeds of its contractors, employees, representatives,
and agents.
19. Ownership of Documents
Upon completion or termination of this Agreement, all documents prepared by the State
shall remain the property of the State. All data and information prepared under this
Agreement shall be made available to the State without restriction or limitation on their
further use. All documents produced or approved or otherwise created by the Local
AFA LongGen Page 10 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
Government shall be transmitted to the State, in the format directed by the State, on a
monthly basis or as required by the State. The originals shall remain the property of the
Local Government. .
20. Compliance with Laws
The parties to this Agreement shall comply with all federal, state, and local laws,
statutes, ordinances, rules and regulations, and the orders and decrees of any courts or
administrative bodies or tribunals in any manner affecting the performance of this
Agreement. When required, the Local Government shall furnish the State with
satisfactory proof of this compliance.
21. Sole Agreement
This Agreement constitutes the sole and only agreement between the parties and
supersedes any prior understandings or written or oral agreements respecting the
Agreement
22. Cost Principles
In order to be reimbursed with federal funds, the parties shall comply with the cost
principles established in 2 CFR 200 that specify that all reimbursed costs are allowable,
reasonable, and allocable to the Project.
23. Procurement and Property Management Standards
The parties to this Agreement shall adhere to the procurement and property
management standards established in 2 CFR 200, Uniform Administrative
Requirements, Cost Principles, and Audit Requirements for Federal Awards, and to the
Texas Uniform Grant Management Standards. The State must pre-approve the Local
procurement procedures for purchases to be eligible for state or federal
funds.
24. Inspection of Books and Records
The parties to this Agreement shall maintain all books, documents, papers, accounting
records, and other documentation relating to costs incurred under this Agreement and
shall make such materials available to the State, the Local Government, and, if federally
funded, the FHWA and the U.S. Office of the Inspector General or their duly authorized
representatives for review and inspection at its office during the Agreement period and
for seven (7) years from the date of final reimbursement by FHWA under this Agreement
or until any impending litigation or claims are resolved. Additionally, the State, the Local
Government, and the FHWA and their duly authorized representatives shall have access
to all the governmental records that are directly applicable to this Agreement for the
purpose of making audits, examinations, excerpts, and transcriptions.
25. Civil Rights Compliance
The parties to this Agreement are responsible for the following:
A. Compliance with Regulations: Both parties will comply with the Acts and the
Regulations relative to Nondiscrimination in Federally-assisted programs of the
U.S. Department of Transportation (USDOT), the Federal Highway
AFA LongGen Page 11 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
Administration (FHWA), as they may be amended from time to time, which are
herein incorporated by reference and made part of this Agreement.
B. Nondiscrimination: The Local Government, with regard to the work performed by
it during the Agreement, will not discriminate on the grounds of race, color, or
national origin in the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The Local Government will
not participate directly or indirectly in the discrimination prohibited by the Acts
and the Regulations, including employment practices when the Agreement
covers any activity, project, or program set forth in Appendix B of 49 CFR Part
21.
C. Solicitations for Subcontracts, Including Procurement of Materials and
Equipment: In all solicitations either by competitive bidding or negotiation made
by the Local Government for work to be performed under a subcontract, including
procurement of materials or leases of equipment, each potential subcontractor or
supplier will be notifi
obligations under this Agreement and the Acts and Regulations relative to
Nondiscrimination on the grounds of race, color, or national origin.
D. Information and Reports: The Local Government will provide all information and
reports required by the Acts, the Regulations, and directives issued pursuant
thereto, and will permit access to its books, records, accounts, other sources of
information, and facilities as may be determined by the State or the FHWA to be
pertinent to ascertain compliance with such Acts, Regulations or directives.
Where any information required of the Local Government is in the exclusive
possession of another who fails or refuses to furnish this information, the Local
Government will so certify to the State or the FHWA, as appropriate, and will set
forth what efforts it has made to obtain the information.
E. Sanctions for Noncompliance: In the event of the Local Government's
noncompliance with the Nondiscrimination provisions of this Agreement, the
State will impose such contract sanctions as it or the FHWA may determine to be
appropriate, including, but not limited to:
1. withholding of payments to the Local Government under the Agreement until
the Local Government complies and/or
2. cancelling, terminating, or suspending of the Agreement, in whole or in part.
F. Incorporation of Provisions: The Local Government will include the provisions of
paragraphs (A) through (F) in every subcontract, including procurement of
materials and leases of equipment, unless exempt by the Acts, the Regulations
and directives issued pursuant thereto. The Local Government will take such
action with respect to any subcontract or procurement as the State or the FHWA
may direct as a means of enforcing such provisions including sanctions for
noncompliance. Provided, that if the Local Government becomes involved in, or
is threatened with, litigation with a subcontractor or supplier because of such
direction, the Local Government may request the State to enter into such
litigation to protect the interests of the State. In addition, the Local Government
may request the United States to enter into such litigation to protect the interests
of the United States.
AFA LongGen Page 12 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
26. Pertinent Non-Discrimination Authorities
During the performance of this Agreement, each party, for itself, its assignees, and
successors in interest agree to comply with the following nondiscrimination statutes and
authorities; including but not limited to:
A. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252),
(pro-hibits discrimination on the basis of race, color, national origin); and 49 CFR
Part 21.
B. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of
1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or
whose property has been acquired because of federal or federal-aid programs
and projects).
C. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), as amended,
(prohibits discrimination on the basis of sex).
D. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as
amended, (prohibits discrimination on the basis of disability); and 49 CFR Part
27.
E. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.),
(prohibits discrimination on the basis of age).
F. Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section
47123), as amended, (prohibits discrimination based on race, creed, color,
national origin, or sex).
G. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope,
coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age
Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by
expanding the def
programs or activities of the federal-aid recipients, subrecipients and contractors,
whether such programs or activities are federally funded or not).
H. Titles II and III of the Americans with Disabilities Act, which prohibits
discrimination on the basis of disability in the operation of public entities, public
and private transportation systems, places of public accommodation, and certain
testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of
Transportation regulations at 49 C.F.R. parts 37 and 38.
I.
47123) (prohibits discrimination on the basis of race, color, national origin, and
sex).
J. Executive Order 12898, Federal Actions to Address Environmental Justice in
Minority Populations and Low-Income Populations, which ensures
nondiscrimination against minority populations by discouraging programs,
policies, and activities with disproportionately high and adverse human health or
environmental effects on minority and low-income populations.
K. Executive Order 13166, Improving Access to Services for Persons with Limited
English Proficiency, and resulting agency guidance, national origin discrimination
includes discrimination because of limited English proficiency (LEP). To ensure
compliance with Title VI, the parties must take reasonable steps to ensure that
AFA LongGen Page 13 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
LEP persons have meaningful access to the programs (70 Fed. Reg. at 74087 to
74100).
L. Title IX of the Education Amendments of 1972, as amended, which prohibits the
parties from discriminating because of sex in education programs or activities (20
U.S.C. 1681 et seq.).
27. Disadvantaged Business Enterprise (DBE) Program Requirements
If federal funds are used:
A. The parties shall comply with the Disadvantaged Business Enterprise Program
requirements established in 49 CFR Part 26.
B.
DBE program.
C. The Local Government shall incorporate into its contracts with subproviders an
consideration of the local market, project size, and nature of the goods or
services to be acquired. The Local Government shall submit its proposed scope
of services and quantity estimates to the State to allow the State to establish a
DBE goal for each Local Government contract with a subprovider. The Local
Government shall be responsible for documenting its actions.
D.
referenced in TxDOT Form 2395, Memorandum of Understanding Regarding the
-Approved
Disadvantaged Business Enterprise by Entity, and attachments found at web
address http://ftp.dot.state.tx.us/pub/txdot-
info/bop/dbe/mou/mou_attachments.pdf.
E. The Local Government shall not discriminate on the basis of race, color, national
origin, or sex in the award and performance of any U.S. Department of
Transportation (DOT)-assisted contract or in the administration of its DBE
program or the requirements of 49 CFR Part 26. The Local Government shall
take all necessary and reasonable steps under 49 CFR Part 26 to ensure non-
discrimination in award and administration of DOT-assisted contracts. The
proved by DOT,
is incorporated by reference in this Agreement. Implementation of this program
is a legal obligation and failure to carry out its terms shall be treated as a
violation of this Agreement. Upon notification to the Local Government of its
failure to carry out its approved program, the State may impose sanctions as
provided for under 49 CFR Part 26 and may, in appropriate cases, refer the
matter for enforcement under 18 U.S.C. 1001 and the Program Fraud Civil
Remedies Act of 1986 (31 U.S.C. 3801 et seq.).
F. Each contract the Local Government signs with a contractor (and each
subcontract the prime contractor signs with a sub-contractor) must include the
following assurance: The contractor, sub-recipient, or sub-contractor shall not
discriminate on the basis of race, color, national origin, or sex in the performance
of this contract. The contractor shall carry out applicable requirements of 49
CFR Part 26 in the award and administration of DOT-assisted contracts. Failure
AFA LongGen Page 14 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
by the contractor to carry out these requirements is a material breach of this
Agreement, which may result in the termination of this Agreement or such other
remedy as the recipient deems appropriate.
28. Debarment Certifications
If federal funds are used, the parties are prohibited from making any award at any tier to
any party that is debarred or suspended or otherwise excluded from or ineligible for
ecuting this Agreement, the Local Government certifies that it
and its principals are not currently debarred, suspended, or otherwise excluded from or
ineligible for participation in Federal Assistance Programs under Executive Order 12549
and further certifies that it will not do business with any party, to include principals, that is
currently debarred, suspended, or otherwise excluded from or ineligible for participation
in Federal Assistance Programs under Executive Order 12549. The parties to this
Agreement shall require any party to a subcontract or purchase order awarded under
this Agreement to certify its eligibility to receive federal funds and, when requested by
the State, to furnish a copy of the certification.
If state funds are used, the parties are prohibited from making any award to any party
that is debarred under the Texas Administrative Code, Title 34, Part 1, Chapter 20,
Subchapter G, Rule §20.585 and the Texas Administrative Code, Title 43, Part 1,
Chapter 9, Subchapter G.
29. Lobbying Certification
If federal funds are used, in executing this Agreement, each signatory certifies to the
A. No federal appropriated funds have been paid or will be paid by or on behalf of
the parties to any person for influencing or attempting to influence an officer or
employee of any federal agency, a Member of Congress, an officer or employee
of Congress, or an employee of a Member of Congress in connection with the
awarding of any federal contract, the making of any federal grant, the making of
any federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any federal
contract, grant, loan, or cooperative agreement.
B. If any funds other than federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of
any agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with federal contracts, grants,
loans, or cooperative agreements, the signatory for the Local Government shall
complete and submit the Federal Standard Form-
nstructions.
C. The parties shall require that the language of this certification shall be included in
the award documents for all sub-awards at all tiers (including subcontracts,
subgrants, and contracts under grants, loans, and cooperative agreements) and
all sub-recipients shall certify and disclose accordingly. Submission of this
AFA LongGen Page 15 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
certification is a prerequisite for making or entering into this transaction imposed
by Title 31 U.S.C. §1352. Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
30. Federal Funding Accountability and Transparency Act Requirements
If federal funds are used, the following requirements apply:
A. Any recipient of funds under this Agreement agrees to comply with the Federal
Funding Accountability and Transparency Act (FFATA) and implementing
regulations at 2 CFR Part 170, including Appendix A. This Agreement is subject
to the following award terms: http://www.gpo.gov/fdsys/pkg/FR-2010-09-
14/pdf/2010-22705.pdf and http://www.gpo.gov/fdsys/pkg/FR-2010-09-
14/pdf/2010-22706.pdf.
B. The Local Government agrees that it shall:
1. Obtain and provide to the State a System for Award Management (SAM)
number (Federal Acquisition Regulation, Part 4, Sub-part 4.11) if this award
provides more than $25,000 in federal funding. The SAM number may be
obtained by visiting the SAM website whose address is:
https://www.sam.gov/portal/public/SAM/
2. Obtain and provide to the State a Data Universal Numbering System (DUNS)
number, a unique nine-character number that allows federal government to
track the distribution of federal money. The DUNS may be requested free of
charge for all businesses and entities required to do so by visiting the Dun &
Bradstreet (D&B) on-line registration website http://fedgov.dnb.com/webform;
and
3. Report the total compensation and names of its top five executives to the
State if:
i. More than 80% of annual gross revenues are from the federal
government, and those revenues are greater than $25,000,000; and
ii. The compensation information is not already available through reporting
to the U.S. Securities and Exchange Commission.
31. Single Audit Report
If federal funds are used:
A. The parties shall comply with the single audit report requirements stipulated in 2
CFR 200, Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards.
B. If threshold expenditures of $750,000 or more are met during the fiscal year, the
Local Government must submit a Single Audit Report and Management Letter (if
applicable) to TxDOT's Compliance Division, 125 East 11th Street, Austin, TX
78701 or contact Txby email at
singleaudits@txdot.gov.
C. If expenditures are less than the threshold during the Local Government's fiscal
year, the Local Government must submit a statement to TxDOT's Compliance
AFA LongGen Page 16 of 17 Rev. 2/27/2024
TxDOT:: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
Division as follows: "We did not meet the $______ expenditure threshold and
therefore, are not required to have a single audit performed for FY ______."
D. For each year the Project remains open for federal funding expenditures, the
Local Government will be responsible for filing a report or statement as described
above. The required annual filing shall extend throughout the life of the
Agreement, unless otherwise amended or the Project has been formally closed
out and no charges have been incurred within the current fiscal year.
32. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this
Agreement on behalf of the entity represented.
Each party is signing this A
THE STATE OF TEXAS THE LOCAL GOVERNMENT
Signature Signature
Typed or Printed Name Typed or Printed Name
Typed or Printed Title Typed or Printed Title
Date Date
AFA LongGen Page 17 of 17 Rev. 2/27/2024
TxDOT: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
ATTACHMENT A
LOCATION MAP SHOWING PROJECT
Page 1 of 1
AFA LongGen Attachment A
TxDOT:: Federal Highway Administration:
CCSJ #
0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA CSJs
0786-01-094 CFDA Title Highway Planning and Construction
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
ATTACHMENT B
PROJECT BUDGET
Construction costs will be allocated based on 90% Federal funding and 10% State funding until
the Federal funding reaches the maximum obligated amount. The Local Government will then
be responsible for all other costs including overruns.
Description Total Federal State Participation Local
Estimated Participation Participation
Cost
% Cost % Cost % Cost
Engineering (by Local $35,000.00 0% $0 0% $0 100% $35,000.00
Government)
Construction (by -$680,201.00 90% $612,180.90 10% $68,020.10 0% $0
State)
Subtotal $715,201.00 $612,180.90 $68,020.10 $35,000.00
Environmental Direct $1.00 0% $0 0% $0 100% $1.00
State Costs
Engineering Direct $1,250.00 0% $0 0% $0 100% $1,250.00
State Costs
Right of Way Direct $1.00 0% $0 0% $0 100% $1.00
State Costs
Utility Direct State $1.00 0% $0 0% $0 100% $1.00
Costs
Construction Direct $42,716.00 0% $0 0% $0 100% $42,716.00
State Costs
Subtotal $43,969.00 $0 $0 $43,969.00
Indirect State Costs $41,754.00 0% $0 100% $41,754.00 0% $0
(5.5%)
TOTAL $800,924.00 $612,180.90 $109,774.10 $78,969.00
Initial payment by the Local Government to the State: $1,253.00.
Payment by the Local Government to the State before construction: $42,716.00
Estimated total payment by the Local Government to the State $43,969.00
This is an estimate. The final amount of Local Government participation will be based on actual
costs.
Page 1 of 1
AFA LongGen Attachment B
TxDOT: Federal Highway Administration:
CCSJ # 0786-01-094 AFA ID Z00012410 CFDA No. 20.205
AFA
0786-01-094 CFDA Title Highway Planning and Construction
CSJs
District # 20 Code Chart 64# 03200
2025 HSIP (FM 364) INTERCONNECT
Project Name AFA Not Used For Research & Development
SIGNALS
ATTACHMENT C
RESOLUTION, ORDINANCE, OR COMMISSIONERS COURT ORDER
Page 1 of 1
AFA LongGen Attachment C
5
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Miles Haynes, Interim Economic Development Manager
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council to consider a Resolution authorizing the City Manager to
enter into an Industrial District Agreement with Natgasoline LLC.
BACKGROUND
Natgasoline LLC is a world-scale methanol production facility located in Beaumont, Texas,
operated as a joint venture between Proman USA of Houston and Methanex of Vancouver. Since
beginning operations in June 2018, Natgasoline has become the largest and most efficient
methanol production plant in the United States, generating more than 1.7 million metric tons
annually. The facility represents a total capital investment of approximately $2 billion and
supported more than 2,700 construction jobs during development, with 141 full-time positions
currently in operation. The company’s existing Industrial District Agreement (IDA) is expiring,
and Council is being asked to consider a resolution authorizing the City Manager to execute a
renewed IDA with Natgasoline LLC. The proposed terms, similar to other IDA’s, include
taxation at 80% of the City rate for Years 1–3 and 75% of the City rate for Years 4–7, continuing
the City’s strategic partnership with Natgasoline LLC.
FUNDING SOURCE
Not applicable.
RECOMMENDATION
Council to approve the Resolution.
ATTACHMENTS
Proposed Agreement
THE STATE OF TEXAS§
COUNTY OF JEFFERSON§
AGREEMENT
This Agreement is made under the authority of § 42.044 of the Texas Local
Government Code.
The parties to the Agreement are The City of Beaumont, a municipal corporation
and a home-rule city located in Jefferson County, Texas, hereinafter called "City," and
Natgasoline, LLC, a Texas limited liability company "Company."
PREAMBLE
WHEREAS, City has established an industrial district comprising a certain part of
the extra-territorial jurisdiction of City, such industrial district being known as City of
Beaumont Industrial District (the "District").
WHEREAS, Company and/or its Affiliates (as hereinafter defined) owns and/or
leases land and improvements which are part of the manufacturing and industrial facilities
of Company and/or its Affiliates located within District, such land and improvements being
more particularly described in Exhibit "A" attached hereto (the "Property").
WHEREAS, Company recognizes the benefits of this Agreement and an obligation
to contribute to the revenue needs of said City in an amount commensurate with the
burdens placed upon City and benefits derived by Company by reason of being located
immediately adjacent to City.
Page 1
WHEREAS, Company and City desire to base the industrial district payment on
assessed value to ensure equity among the companies located within the City of
Beaumont Industrial District;
In view of the above and foregoing reasons, and in consideration of the mutual
agreements herein contained, Company and City hereby agree as follows:
ARTICLE I.
COMPANY'S OBLIGATION
1.Commencing with calendar year 2026 and each calendar year thereafter for
the duration of this Agreement, the Company will pay the City a certain sum which will be
computed on the Assessed Value of the Company’s facilities and property having taxable
situs within the City of Beaumont Industrial District (“the Properties”).
2.By the term "Assessed Value" means the 100% valuation of existing Company
property as determined by the Jefferson County Appraisal District for the previous tax
year.
3.The term "Assumed City Taxes Due" means the number obtained by the
following formula:
Assessed Value / 100 x Current City Tax Rate = Assumed City Tax Due
4.. Payment Procedures
Page 2
The procedures for determining and making such payments shall be as follows:
(a) The payment for 2026 shall be due and payable on or before
February 1, 2026, and calculated as follows:
Assumed City Taxes Due:
Assessed Value/ 100 X Current City Tax Rate= Assumed City
Tax Due Year 1 80% of Assumed City Taxes Due =
Each October thereafter, the Chief Financial Officer shall obtain the most recent
Assessed Values as set by the Jefferson Central Appraisal District for the
Company's properties, real, personal, and mixed, having taxable situs within the
City of Beaumont Industrial District; for example, in October 2026, the 2026
Assessed Values shall be used for the February 1, 2027, payment. This Assessed
Value shall be used in the calculation of the payment.
If the Assessed Values forthe period required are in question and/or under
litigation with the Jefferson Central Appraisal District, payment shall be computed
on the most recent certified values from the Jefferson Central Appraisal District.
The Company shall notify the City following resolution of the appraised value
question and an adjustment for the payment, without interest, will be made within
thirty (30) days following such resolution.
Page 3
(b)After the Assessed Value of the Company's properties has been
determined, the payments due hereunder shall be calculated in accordance with
the following schedule:
The 2026-2028 calendar year payment shall be 80% of assumed
City taxes due.
The 2029-2031 payment shall be 75% of assumed City taxes due.
(c)City hereby agrees to bill Company for its payments due hereunder on or
before January 1 each year. Company shall pay to City the amount billed on or
before February 1 each year. Upon receiving the final payment, the Chief Financial
Officer shall issue an official receipt of said City acknowledging full, timely, final,
and complete payment due by said Company to City for the property involved
in this Agreement for the year in which such payment is made. If payment is not
made on or before any due date, the same penalties, interest, attorneys' fees
and costs of collection shall be recoverable by the City as would be collectible in
the case of delinquent
ARTICLE II.
PROPERTY COVERED BY AGREEMENT
This Agreement will reflect the intention of the parties hereto that this Agreement
shall govern and affect the properties of Company and/or its Affiliates (facilities, real,
personal, and mixed) located on the Property more particularly described in Exhibit "A",
Page 4
which are within the extra-territorial jurisdiction of the City of Beaumont. "Affiliates" shall
mean any entity owned entirely or in part by Company.
ARTICLE III.
SALE BY COMPANY
(a)Company shall notify City of any sale of any or all of Company's facilities to
any person or entity. It is the intent of the parties that no sale of any of Company's facilities
will affect the amount to be paid to City as provided under this Agreement. Accordingly,
and as to payments due under this Agreement, no such sale shall reduce the amount due
City under this Agreement until the purchaser of such facility has entered into a contract
in lieu of taxes with City that provides for a continuation of like payments to City.
(b)Company shall have the right to assign, transfer or convey all, or any part
of, its rights, title and interest in the Agreement in connection with any transfer or
conveyance of title to all or any part of the properties subject to this Agreement to any
person or entity at any time of this Agreement; provided, however, that Company shall
provide City with written notice of such assignment. Company shall be relieved of its
obligations under this Agreement to the extent that an assignee expressly assumes
Company's obligations in a written instrument binding such assignee to City. Subject to
the preceding, this Agreement shall inure to the benefit of and be binding upon the parties
hereto and their respective successors and assigns.
Page 5
ARTICLE IV.
CITY'S OBLIGATIONS
1.City agrees that it will not annex, attempt to annex or in any way cause or
permit to be annexed any portion of lands or facilities or properties of said Company
covered by this Agreement for the period of the Agreement except as follows:
(a)If the City determines that annexation of all or any part of the
properties covered by this Agreement belonging to said Company is reasonably
necessary to promote and protect the general health, safety and welfare of persons
residing within or adjacent to the City, the City will notify Company in accordance with
state law of the proposed annexation. In the event of such annexation, Company will not
be required to make further payment under this Agreement for any calendar year
commencing after such annexation becomes final with respect to the property so
annexed, but shall nevertheless be obligated to make full payment for the year during
which such annexation becomes effective if the annexation becomes effective after
January 1st of said year.
(b)In the event any municipality other than the City attempts to annex
separately or in the event the creation of any new municipality shall be attempted so as
to include within its limits any land which is the subject matter of this Agreement, City
shall, with the approval of Company, seek immediate legal relief against any such
attempted annexation or incorporation and shall take such other legal steps as may be
Page 6
necessary or advisable under the circumstances with all costs of such action being borne
equally by the City and by the said Company or companies with Company's portion
allocated on the basis of Assessed Values.
2.The City further agrees that during the term of this Agreement, there shall
not be extended or enforced as to any land and property of Company within said City of
Beaumont Industrial District, any rules, regulations, or any other actions: (a) seeking in
any way to control the platting and subdivisions of land, (b) prescribing any buildings,
electrical, plumbing or inspection standards or equipment, or (c) attempting to regulate or
control in any way the conduct of Company's activities, facilities or personnel thereof.
3.It is understood and agreed that during the term of this Agreement or any
renewals thereof, City shall not be required to furnish any municipal services to
Company's property located within the City of Beaumont Industrial District; provided,
however, City agrees to furnish fire protection to Company should such protection be
requested by Company in the event an unusual emergency situation occurs.
ARTICLE V.
TERMINATION FOR BREACH
It is agreed by the parties to this Agreement that only full, complete and faithful
performance of the terms hereof shall satisfy the rights and obligations assumed by the
parties and that, therefore, in addition to any action at law for damages which either party
may have, Company shall be entitled to enjoin the enactment or enforcement of any
ordinance or charter amendment in violation of, or in conflict with, the terms of this
Agreement and shall be entitled to obtain such other equitable relief, including specific
Page 7
performance of the Agreement, as is necessary to enforce its rights. It is further agreed
that should this Agreement be breached by Company, City shall be entitled, in addition to
any action at law for damages, to obtain specific performance of this Agreement and such
other equitable relief necessary to enforce its rights.
ARTICLE VI.
AFFILIATES
The benefits accruing to Company under this Agreement shall also extend to
Company's "parent," "affiliates" and to any properties owned or acquired by said parent
and affiliates within the area described in Exhibit "A" to this Agreement, and where
reference is made herein to land, property and improvements owned by Company, that
shall also include land, property and improvements owned by its parent and/or affiliates.
The word "affiliates" as used herein shall mean all companies with respect to which
Company directly or indirectly, through one or more intermediaries at the time in question,
owns or has the power to exercise the control over fifty percent (50%) or more of the stock
having the right to vote for the election of directors. The word "parent" as used herein
shall mean all companies which directly or indirectly, through one or more intermediaries
at the time in question, owns or has the power to exercise control over fifty percent (50%)
of the stock having the right to vote for the election of directors of Company.
ARTICLE VII.
TERM OF AGREEMENT
The term of this Agreement shall be for seven years, expiring ____________.
Page 8
NOTICES
Any notice provided for in this Agreement, or which may otherwise be required by
law shall be given in writing to the parties hereto by certified mail addressed as follows:
TO CITYTO COMPANY
City of BeaumontCompany
Attn: City ManagerAddress
801 Main StreetCity, Texas Zip
Beaumont, Texas 77704
IN WITNESS THEREOF, this Agreement, consisting of pages plus Exhibit
"A" is executed in duplicate counterparts as of this _ __ day of , 2025.
CITY OF BEAUMONT, TEXAS
By:________________________________
City Manager
ATTEST:
_______________________________
Tina Broussard
City Clerk
NATGASOLINE, LLC
By:________________________________
ATTEST: ________________________________
Page 9
EXHIBIT “A”
The real property shall be described as:
Page 10
6
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Miles Haynes, Interim Economic Development Manager
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council consider a Resolution authorizing the City Manager to enter
into an Industrial District Agreement with Air Liquide Large
Industries US L.P.
BACKGROUND
Air Liquide Large Industries US L.P. is a leading global provider of industrial gases and
technologies, supporting manufacturing, energy, and chemical operations throughout the region,
including its long-standing facility in Beaumont, Texas. The company plays a key role in
supplying hydrogen, oxygen, and other essential gases to major industrial partners, contributing
to local economic activity and regional industrial stability. Air Liquide’s existing Industrial
District Agreement (IDA) with the City is expiring, and Council is being asked to consider
renewal of the agreement. The proposed terms include a tax rate set at 80% of the City rate for
Years 1–3 and 75% of the City rate for Years 4–7, continuing the City’s partnership with a core
industrial operator that supports employment, capital investment, and sustained industrial
development in Beaumont.
FUNDING SOURCE
Not applicable.
RECOMMENDATION
Approve the resolution.
ATTACHMENTS
Proposed Agreement
THE STATE OF TEXAS§
COUNTY OF JEFFERSON§
AGREEMENT
This Agreement is made under the authority of § 42.044 of the Texas Local
Government Code.
The parties to the Agreement are The City of Beaumont, a municipal corporation
and a home-rule city located in Jefferson County, Texas, hereinafter called "City," and
Air Liquide Large Industries US L.P, a Delaware limited partnership, hereinafter called
"Company."
PREAMBLE
WHEREAS, City has established an industrial district comprising a certain part of
the extra-territorial jurisdiction of City, such industrial district being known as City of
Beaumont Industrial District (the "District").
WHEREAS, Company and/or its Affiliates (as hereinafter defined) owns and/or
leases land and improvements which are part of the manufacturing and industrial
facilities of Company and/or its Affiliates located within District, such land and
improvements (the "Property").
WHEREAS, Company recognizes the benefits of this Agreement and an
obligation to contribute to the revenue needs of said City in an amount commensurate
with the burdens placed upon City and benefits derived by Company by reason of being
located immediately adjacent to City.
Page 1
WHEREAS, Company and City desire to base the industrial district payment on
assessed value to ensure equity among the companies.
WHEREAS, City desires to encourage the addition of new improvements to the
Company's property located within the City of Beaumont Industrial District;
In view of the above and foregoing reasons, and in consideration of the mutual
agreements herein contained, Company and City hereby agree as follows:
ARTICLE I.
COMPANY'S OBLIGATION
1.The City of Beaumont granted Natgasoline, LLC 100% abatement for a term
of 2015 through 2024, on all new construction and improvements to existing facilities on
the herein described property. In November 2014, Natgasoline made a partial
Assignment of the abatement to Company through which after executing a ground lease
with Natgasoline, Company will construct, own, and operate an air separation unit
(“ASU”) as part of Natgasoline’s methanol project. The estimated value of the ASU is
$115 million. Such an assignment was allowed by the industrial district agreement
between the City of Beaumont and Natgasoline. Such new construction and
improvements will be abated at 100% through 2024.
2.The abatement does not include the value of the existing property owned by
Company and in the City’s extraterritorial jurisdiction related or unrelated to this new
construction. Company shall be responsible for the payment in lieu of taxes based
upon the existing value of the property and improvements currently existing on property
Page 2
leased from Natgasoline or any other unrelated property in the ETJ as determined by
the Jefferson County Appraisal District.
st
3. Company will make an annual payment to City on or before February 1 of
each such year computed based on 100% of the Assessed Value of the Company's
facilities and property, real, personal, and mixed, located on Company's land covered by
this Agreement (herein "the property") as provided herein (the "Annual Payment") .Upon
expiration of the abatement period, the Annual Payment shall include all property
covered by this Agreement.
4."Assessed Value" means the 100% valuation of Company Property and
improvements thereon as determined by the Jefferson County Appraisal District for the
previous tax year.
5."Assumed City Taxes Due" means the number obtained by the following
formula:
Assessed Value Less Improvement Value Subject to Abatement / 100 x
Current City Tax Rate = Assumed City Tax Due
6.In October of each year the Finance Officer for City shall obtain the most
recent Assessed Value as set by the Jefferson County Tax Appraisal District and such
valuation shall be used for the Annual Payment due the following February; by way of
Page 3
example, October 2015 Assessed Values would be used for the February 1, 2016
payment.
If the assessed values are in question and/or under litigation with the Jefferson
County Appraisal District, payment shall be computed on the most recent certified
values from the Jefferson County Appraisal District. The Company shall notify the City
following resolution of the appraised value question and an adjustment for the payment,
without interest, will be made within thirty (30) days following such resolution.
7. Payment Procedures
The procedures for determining and making such payments shall be as follows:
(a) The payment for 2026 shall be due and payable on or before
February 1, 2026, and calculated as follows:
Assumed City Taxes Due:
Assessed Value/ 100 X Current City Tax Rate= Assumed City
Tax Due Year 1 80% of Assumed City Taxes Due =
Each October thereafter, the Chief Financial Officer shall obtain the most recent
Assessed Values as set by the Jefferson Central Appraisal District for the
Company's properties, real, personal, and mixed, having taxable situs within the
City of Beaumont Industrial District; for example, in October 2026, the 2026
Page 4
Assessed Values shall be used for the February 1, 2027, payment. This
Assessed Value shall be used in the calculation of the payment.
If the Assessed Values for the period required are in question and/or
under litigation with the Jefferson Central Appraisal District, payment shall be
computed on the most recent certified values from the Jefferson Central
Appraisal District. The Company shall notify the City following resolution of the
appraised value question and an adjustment for the payment, without interest, will
be made within thirty (30) days following such resolution.
(b)After the Assessed Value of the Company's properties has been
determined, the payments due hereunder shall be calculated in accordance with
the following schedule:
The 2026-2028 calendar year payment shall be 80% of
assumed City taxes due.
The 2029-2031 payment shall be 75% of assumed City taxes due.
(c)City hereby agrees to bill Company for its payments due hereunder on or
before January 1 each year. Company shall pay to City the amount billed on or
before February 1 each year. Upon receiving the final payment, the Chief
Financial Officer shall issue an official receipt of said City acknowledging full,
timely, final, and complete payment due by said Company to City for the
property involved in this Agreement for the year in which such payment is
made. If payment is not made on or before any due date, the same penalties,
Page 5
interest, attorneys' fees and costs of collection shall be recoverable by the City
as would be collectible in the case of delinquent
a)City shall bill Company for payments due hereunder on or before January 1 each
year. Company shall pay to City the amount billed on or before February 1 each
year. Upon receiving the final payment, the Finance Officer shall issue an official
receipt of said City acknowledging full, timely, final and complete payment due by
said Company to City for the property involved in this Agreement for the year in
which such payment is made. If payment is not made on or before any due date,
the same penalties, interest, attorneys' fees and costs of collection shall be
recoverable by City as would be collectible in the case of delinquent ad valorem
taxes. Further, if payment is not timely made, all payments which otherwise
would have been paid to City had Company been in the city limits of City will be
recaptured and paid to City within 60 days of any such event.
ARTICLE II.
PROPERTY COVERED BY AGREEMENT
This Agreement will reflect the intention of the parties hereto that this Agreement
shall govern and affect the properties of Company and/or its Affiliates (facilities, real,
personal, and mixed) located on the Property more particularly described in Exhibit "A",
which are within the extra-territorial jurisdiction of the City of Beaumont. "Affiliates" shall
mean any entity owned entirely or in part by Company.
ARTICLE III.
SALE BY COMPANY
Page 6
(a)Company shall notify City of any sale of any or all of Company's facilities
to any person or entity. It is the intent of the parties that no sale of any of Company's
facilities will affect the amount to be paid to City as provided under this Agreement.
Accordingly, and as to payments due under this Agreement, no such sale shall reduce
the amount due City under this Agreement until the purchaser of such facility has
entered into a contract in lieu of taxes with City that provides for a continuation of like
payments to City.
(b)Company shall have the right to assign, transfer or convey all, or any part
of, its rights, title and interest in the Agreement in connection with any transfer or
conveyance of title to all or any part of the properties subject to this Agreement to any
person or entity at any time of this Agreement; provided, however, that Company shall
provide City with written notice of such assignment. Company shall be relieved of its
obligations under this Agreement to the extent that an assignee expressly assumes
Company's obligations in a written instrument binding such assignee to City. Subject to
the preceding, this Agreement shall inure to the benefit of and be binding upon the
parties hereto and their respective successors and assigns.
ARTICLE IV.
CITY'S OBLIGATIONS
1.City agrees that it will not annex, attempt to annex or in any way cause or
permit to be annexed any portion of lands or facilities or properties of said Company
covered by this Agreement for the period of the Agreement except as follows:
Page 7
(a)If the City determines that annexation of all or any part of the
properties covered by this Agreement belonging to said Company is reasonably
necessary to promote and protect the general health, safety and welfare of persons
residing within or adjacent to the City, the City will notify Company in accordance with
state law of the proposed annexation. In the event of such annexation, Company will
not be required to make further payment under this Agreement for any calendar year
commencing after such annexation becomes final with respect to the property so
annexed, but shall nevertheless be obligated to make full payment for the year during
which such annexation becomes effective if the annexation becomes effective after
January 1st of said year.
(b)In the event any municipality other than the City attempts to annex
separately or in the event the creation of any new municipality shall be attempted so as
to include within its limits any land which is the subject matter of this Agreement, City
shall, with the approval of Company, seek immediate legal relief against any such
attempted annexation or incorporation and shall take such other legal steps as may be
necessary or advisable under the circumstances with all costs of such action being
borne equally by the City and by the said Company or companies with Company's
portion allocated on the basis of Assessed Values.
2.The City further agrees that during the term of this Agreement, there shall
not be extended or enforced as to any land and property of Company within said City of
Beaumont Industrial District, any rules, regulations, or any other actions: (a) seeking in
any way to control the platting and subdivisions of land, (b) prescribing any buildings,
Page 8
electrical, plumbing or inspection standards or equipment, or (c) attempting to regulate
or control in any way the conduct of Company's activities, facilities or personnel thereof.
3.It is understood and agreed that during the term of this Agreement or any
renewals thereof, City shall not be required to furnish any municipal services to
Company's property located within the City of Beaumont Industrial District; provided,
however, City agrees to furnish fire protection to Company should such protection be
requested by Company in the event an unusual emergency situation occurs.
ARTICLE V.
TERMINATION FOR BREACH
It is agreed by the parties to this Agreement that only full, complete and faithful
performance of the terms hereof shall satisfy the rights and obligations assumed by the
parties and that, therefore, in addition to any action at law for damages which either
party may have, Company shall be entitled to enjoin the enactment or enforcement of
any ordinance or charter amendment in violation of, or in conflict with, the terms of this
Agreement and shall be entitled to obtain such other equitable relief, including specific
performance of the Agreement, as is necessary to enforce its rights. It is further agreed
that should this Agreement be breached by Company, City shall be entitled, in addition
to any action at law for damages, to obtain specific performance of this Agreement and
such other equitable relief necessary to enforce its rights.
ARTICLE VI.
AFFILIATES
Page 9
The benefits accruing to Company under this Agreement shall also extend to
Company’s "parent," "affiliates" and to any properties owned or acquired by said parent
and affiliates within the area described in Exhibit "A" to this Agreement, and where
reference is made herein to land, property and improvements owned by Company, that
shall also include land, property and improvements owned by its parent and/or affiliates.
The word "affiliates" as used herein shall mean all companies with respect to which
Company directly or indirectly, through one or more intermediaries at the time in
question, owns or has the power to exercise the control over fifty percent (50%) or more
of the stock having the right to vote for the election of directors. The word "parent" as
used herein shall mean all companies which directly or indirectly, through one or more
intermediaries at the time in question, owns or has the power to exercise control over
fifty percent (50%) of the stock having the right to vote for the election of directors of
Company.
ARTICLE VII.
TERM OF AGREEMENT
The term of this Agreement shall be for nine (9) years, expiring December 31,
2024.
NOTICES
Any notice provided for in this Agreement, or which may otherwise be required by
law shall be given in writing to the parties hereto by certified mail addressed as follows:
TO CITYTO COMPANY
Page 10
City of BeaumontAir Liquide Large Industries US L.P.
Attn: City ManagerAttn:
801 Main Street Property Tax
Beaumont, Texas 77704PO Box 460149
Houston, Texas 77056-8149
IN WITNESS THEREOF, this Agreement, consisting of ten pages plus Exhibit "A" is
executed in duplicate counterparts as of this _ __ day of , 2017.
City of Beaumont
By:________________________________
City Manager
ATTEST:
___________________________
Tina Broussard
City Clerk
Air Liquide Large Industries US L.P
By:________________________________
ATTEST:
________________________________
Page 11
Page 11
Page 12
7
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Amalia Villarreal, P.E., CFM, Director of Public Works
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council consider a resolution authorizing the City Manager to
execute Change Order No. 1 to the contract with StructureGuard,
LLC, for the Cattail Marsh Wetlands Outfall Piling Rehabilitation
Project.
BACKGROUND
On July 29, 2025, by Resolution No. 25-165, City Council awarded a contract to StructureGuard,
LLC, of Austin, in the amount of $312,503.55, for the Cattail Marsh Wetlands Outfall Piling
Rehabilitation Project.
Proposed Change Order No. 1, in the amount of $59,948.82, is needed to due to the condition of
the final three pilings uncovered during excavation. These pilings were found to be significantly
deteriorated and could not be repaired using the original design. The revised scope includes
removal of the failed pile sections and installation of new reinforced concrete pile elements and
footings, as well as the associated steel plates and I-beam components specified in the
engineering drawings. Additional work includes concrete placement, reinforcement, carbon-fiber
wrapping, protective coating, and the materials, fabrication, labor, and lodging required to
complete the repairs.
An additional fourteen (14) calendar days are requested to perform this work. If approved,
Change Order No. 1 will result in a new contract amount of $372,452.37.
FUNDING SOURCE
Water Revenue Bonds.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
CO1 Cattail Marsh Wetlands Outfall Piling Rehabilitation
8
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Bridgette Evick, CPA, Chief Financial Officer
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council to consider amending an ordinance providing for the
reimbursement of capital expenditures incurred prior to the closing
of financing.
BACKGROUND
The FY 2026 budget included the order of thirty (30) pieces of fleet equipment. The FY 2026
budget was approved by Council on September 16, 2025. The approved amount for financing
totaled $3,503,925. The purpose of the amendment is to add the replacement of a tub grinder for
the landfill. The purpose of this tub grinder is to grind down all the natural waste (trees, limbs,
shrubs, etc.) to a mulch size biproduct that is then given away to any Beaumont resident that
wants it for free. The landfill is required to report annually the tonnage reduced by use of a tub
grinder to the Texas Commission on Environmental Quality (TCEQ). The amended approved
amount for financing totals $4,248,925.
Due to varying lead times for fleet equipment, payment for certain items may occur prior to
receiving the proceeds of financing. A reimbursement ordinance is warranted to allow the City to
reimburse itself for the equipment out of the financing proceeds.
FUNDING SOURCE
The debt proceeds related to this financing will be budgeted in the Capital Reserve, Solid Waste
and Debt Service Funds for the duration of lease payments.
RECOMMENDATION
Approval of the ordinance
ATTACHMENTS
FY 2026 Fleet Request
CITY OF BEAUMONT, TEXAS
ORDINANCE NO. 2025-__________
ORDINANCE DECLARING AN INTENT OF THE CITY TO REIMBURSE ITSELF FROM
PROCEEDS OF GENERAL OBLIGATIONS EXPECTED TO BE ISSUED BY THE CITY FOR
CERTAIN ORIGINAL EXPENDITURES PAID IN CONNECTION WITH THE CITY'S
FINANCING OF FLEET EQUIPMENT
WHEREAS, the City pursuant to Section 1.150-2 of the Treasury Regulations desires to
reimburse itself from proceeds of certain general obligations reasonably expected to be issued by the City
in connection with the City’s financing of certain fleet equipment (collectively, the “Fleet”) in one or
more series in an aggregate maximum principal amount not to exceed $5,000,000;
NOW, THEREFORE,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT, TEXAS:
Section 1. The City Council hereby finds and adopts the recitals set forth above.
Section 2. The City hereby declares its intention to issue its general obligations to reimburse
itself for various costs and expenditures paid in connection with the Fleet, in an aggregate principal
amount not to exceed $5,000,000 for the expenditures described in the recitals hereof.
The City has paid for, and reasonably expects that it will pay for, such costs and expenditures in
connection with the Fleet from monies on deposit in the Capital Reserve Fund, which is used to purchase
property and equipment with an individual cost greater than $10,000; buildings and improvements with
an individual cost greater than $50,000; and infrastructure with an individual cost greater than $150,000
and future funds designated for such purpose
Section 3. If any Section, paragraph, clause or provision of this Ordinance shall for any reason
be held to be invalid or unenforceable, the invalidity or enforceability of such section, paragraph, clause,
or provision shall not affect any of the remaining provisions of this Ordinance.
Section 4. It is hereby found, determined and declared that a sufficient written notice of the date,
hour, place and subject of the meeting of the City Council at which this Ordinance was adopted was
posted at a place convenient and readily accessible at all times to the general public at the City for the
#529533176_v1
time required by law preceding this meeting, as required by the Open Meetings Act, Chapter 551,
Texas Government Code, as amended, and that this meeting has been open to the public as required
by law at all times during which this Ordinance and the subject matter thereof has been discussed,
considered and formally acted upon. The City Council further ratifies, approves and confirms such
written notice and the contents and posting thereof.
Section 5. All prior orders, resolutions, and ordinances, or parts thereof, inconsistent herewith
are hereby repealed to the extent of such inconsistency.
ADOPTED AND APPROVED the ____ day of ______, 2025.
Mayor, City of Beaumont
City Secretary, City of Beaumont
#529533176_v1
9
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Miles Haynes, Interim Economic Development Manager
MEETING DATE:December 16, 2025
REQUESTED ACTION:Consider approval of an amendment to ordinance 08-015 to modify
the boundaries of the Neighborhood Empowerment Zone Number
Two.
BACKGROUND
The City of Beaumont is proposing an amendment to Ordinance 08-015 to expand the
boundaries of Neighborhood Empowerment Zone (NEZ) #2, furthering the City’s commitment
to supporting reinvestment and revitalization within targeted neighborhoods. The NEZ Program
was established to promote development, improve housing conditions, stimulate economic
activity, and enhance the overall quality of life for residents. Within designated NEZ areas,
eligible projects may receive incentives such as fee waivers, expedited permitting, removal of
City liens, and abatement of City property taxes for up to seven years, helping reduce barriers to
redevelopment and encouraging both residential and commercial investment. Expanding NEZ #2
will extend these benefits to additional properties, enabling more opportunities for rehabilitation,
new construction, homeownership, and small business growth.
FUNDING SOURCE
Not applicable.
RECOMMENDATION
Approval of the resolution.
ATTACHMENTS
Proposed Neighborhood Empowerment Zone Number Two. Description
Neighborhood Empowerment Zone Policy
Previously adopted Neighborhood Empowerment Zone ordinances
City of Beaumont
Neighborhood Empowerment Zone
Incentive Policy
Program Goals:
It is the City of Beaumont's goal to promote development within its Neighborhood
Empowerment Zones in an effort to improve the local economy and enhance the quality
of life for its citizens. Insofar as these goals are served by enhancing the value of the local
tax base and increasing economic opportunities, the City of Beaumont will give
consideration to providing the following incentives for development within
Neighborhood Empowerment Zones.
Definitions:
A. Abatement: full or partial exemption for ad valorem taxes of eligible properties in a
reinvestment zone designated as such for economic development purposes.
B. Agreement: a contractual agreement between a property owner and a taxing
jurisdiction for the purpose of a tax abatement.
C. Base Year Value: the assessed value of either the applicant's real property and
improvements located in a designated reinvestment zone on January 1 of the year prior to
the execution of the agreement plus the agreed upon value of any property improvements
made after January 1 of that year but before the execution of the agreement, and/or the
assessed value of any tangible personal property located on the owner's real property on
January 1 of the year prior to the abatement period covered by the agreement.
D. Facility: property improvements completed or in the process of construction which
together comprise an integral whole.
E. Incremental Value: the amount of assessed value of the project that is in addition to the
.
F. Neighborhood Empowerment Zone: is an area designated as such for the purpose of
providing economic incentives, including a tax abatement, as authorized by the City of
Beaumont in accordance with Texas Local Government Code Annotated Section 378 as
amended.
G. Real Property: area of land defined by legal description as being owned by the person
applying for a tax abatement, including any improvements thereto, which is to be
1
improved and valued for property tax purposes, and which is to be included in the
Neighborhood Empowerment Zone.
H. Substantial Investment: a project deemed as an eligible facility under this policy, that
exceeds $5,000,000 in capital investment.
Program Policy:
It is the policy of the City of Beaumont that consideration will be provided in accordance
with the guidelines, criteria and procedures outlined in this document. This policy applies
to the owners of real property. Project consideration will include the potential impact of
the reinvestment project on the immediate and surrounding area.
A. Authorized Facility : Neighborhood Empowerment Zone Incentives may be granted
within a Neighborhood Empowerment Zone for new construction or renovation of single-
family uses for investments of $50,000 or greater and may be granted for all other uses
for investment of $75,000 or greater.
B. Eligible Property : Neighborhood Empowerment Zone Incentives may be granted for
new construction or renovation of owner-occupied single-family homes, office, retail,
hotel and meeting facilities, restaurant and multi-family residential facilities within a
Neighborhood Empowerment Zone, designated by the City Council of the City of
Beaumont, Texas.
C. No incentives shall be granted for development resulting from the relocation of an
eligible facility from one area of the city to within the Neighborhood Empowerment
Zone, excepting projects s.
Procedural Guidelines:
Any person, partnership, organization, corporation or other entity desiring that the City of
Beaumont consider providing Neighborhood Empowerment Zone incentives shall be
required to comply with the following procedural guidelines. No representations made
herein considered binding unless and until approved by the City of Beaumont City
Council.
Preliminary Application:
Applicants shall submit Application for Neighborhood Empowerment Zone
Development Incentivesves to the Community
Development Department of the City of Beaumont, 801 Main Street, Beaumont, Texas
77701.
2
Consideration of the Application:
A. The City Manager will consider requests for incentives in accordance with these
policies, pursuant to Chapter 378 of the Texas Local Government Code. Additional
information may be requested as needed.
B. The City Council may enter into an agreement that outlines the terms and conditions
between the City and the applicant, and governs the provision of the incentives.
Inspection of the Project:
During the term of such agreement, the City of Beaumont will have the right to inspect
the project facility during regular business hours to ensure compliance with the
agreement and accuracy of the owner certification.
Recapture:
If a project is not completed as specified, or if the terms of the incentive agreement are
not met, the City has the right to cancel or amend the incentive agreement and all
previously waived fees and abated taxes shall become due to the City and liens may be
reattached.
Effect of Sale, assignment or lease of property:
No incentive rights may be sold or assigned without the approval of the City Council.
Any sale, assignment or lease of the property may result in execution of the recapture
provision, as outlined above.
Types of Incentives Available:
Building Fee Waivers
The Building Construction Fee Waiver Program affords property owners an exemption
from planning and building fees associated with new construction or renovation and
occupancy of eligible facilities within the target area.
Expedited Permit Reviews:
In order to facilitate redevelopment within the Neighborhood Empowerment Zones, the
Community Development Department is committed to assisting applicants through the
planning and permit review process as quickly as possible.
3
Lien Waivers
In order to render properties with Neighborhood Empowerment Zones more marketable,
the Lien Waiver Program affords property owners a release of liens attached to properties
as the result of demolitions or expenditures associated with cutting high grass. Release of
such liens would only be allowed in conjunction with new construction or renovation of
eligible facilities within the target area.
Construction Tax Abatement
The Construction Tax Abatement Program is an economic development tool designed to
provide incentives for the new construction or renovation of single-family homes, office,
retail, restaurant and multi-family residential facilities within a Neighborhood
Empowerment Zone. The Construction Tax Abatement Program is intended to contribute
to area development by attracting additional capital and human investment to the area as
well as additional residents to support economic development activities within the area.
Value of Abatements: authorized facilities may be granted a municipal tax abatement on
all or a portion of the increased taxable value of eligible property over the base year value
for a period not to exceed three (3) years, except as outlined below.
Tax Abatement Program Guidelines:
The eligibility requirements are as follows:
Investment Municipal Tax Abatement Schedule
$50,000 & up for residential uses and 100%; or 100% of the incremental value for Substantial
st
1 Year
$75,000 & up for all other uses Investments relocating within the City.
$50,000 & up for residential uses and 100%; or 100% of the incremental value for Substantial
nd
2 Year
$75,000 & up for all other uses Investments relocating within the City.
$50,000 & up for residential uses and 100%; or 100% of the incremental value for Substantial
rd
3 Year
$75,000 & up for all other uses Investments relocating within the City.
$5,000,000 or more for any eligible 100% for new investments and the incremental value for
th
4 Year
use Substantial Investments relocating within the City.
$5,000,000 or more for any eligible 100% for new investments and the incremental value for
th
5 Year
use Substantial Investments relocating within the City.
$5,000,000 or more for any eligible 100% for new investments and the incremental value for
th
6 Year
use Substantial Investments relocating within the City.
$5,000,000 or more for any eligible 100% for new investments and the incremental value for
th
7 Year
use Substantial Investments relocating within the City.
4
Abatement Program Considerations:
A. The final valuation determined by the Jefferson County Appraisal District will be used
to determine the actual yearly tax abatement exemption.
B. The tax abatement shall be granted only to the owner of the property.
C. No tax abatement exemption shall be effective until the applicant has met all of the
eligibility requirements contained in the guidelines and policies, state law, and City of
Beaumont codes.
D. There shall be no retroactive tax abatement exemptions all tax abatement
exemptions become effective only on or after the date the City Council approves the tax
abatement agreement.
E. The applicant shall agree to hold the City of Beaumont, its agents, employees and
public officials harmless and pay all attorneys' fees that are generated by any dispute
regarding the tax abatement agreement.
F. Personal and or real property identified before the period covered by the abatement
agreement will not be eligible for abatement.
5
Neighborhood Empowerment Zone Two Meets & Bounds (Amended 2025)
STARTING from a Point of Beginning (POB) at the intersection of the east right-of-way
line of the BNSF railroad right-of-way and the centerline of Washington Boulevard and
going in a northeasterly direction along said railroad right-of-way until reaching the
centerline of drainage canal 116 belonging to Drainage District Six; hence turning and
extending easterly along the centerline of said drainage canal 116 until reaching the
western right-of-way line of 7th Street; hence northeasterly across 7th Street to a point
on the east right-of-way line of 7th Street at the northern right-of-way line of Terrell
Avenue; hence easterly along said northern right-of-way line of Terrell Avenue to 4th
Street and continuing on the same course until reaching the eastern right-of-way line of
San Jacinto Street; hence south along said eastern right-of-way line of San Jacinto
Street to the northern right-of-way line of Rockwell Street; hence easterly along said
northern right-of-way line of Rockwell Street until reaching the western right-of-way line
of Goliad Street; hence south along the western right-of-way line of Goliad Street until
reaching the south right-of-way line of Washington Boulevard; hence turning and
extending east along the south right-of-way line of Washington Boulevard until reaching
the western right-of-way line of Houston Street; hence turning and extending south
along the western right-of-way line of Houston Street to the southern right-of-way line of
Southerland Street; hence turning and extending east along the southern right-of-way
line of Southerland Street to the western right-of-way line of Houston Street, hence
continuing south along the western right-of-way line of Houston Street to the southern
right-of-way line of Lela Street; hence turning and continuing east along the southern
right-of-way line of Lela Street to the western right-of-way line of Usan Street; hence
turning and extending south along the western right-of-way line of Usan Street, to the
northern right-of-way line of Virginia Street; hence turning west and extending west
along the northern right-of-way line of Virginia Street to the western right-of-way line of
thth
4 Street; hence turning and extending south along the western right-of-way line of 4
Street to the northern right-of-way line of Cardinal Drive (U.S. 69); hence westerly along
the northern right-of-way line of Cardinal Drive until reaching the centerline of the right-
of-way of Washington Boulevard; hence turning and extending East along the centerline
of the right-of-way line of Washington Boulevard to the intersection of the eastern right-
of-way line of the BNSF railroad right-of-way and the centerline of Washington
Boulevard, the Point of Beginning (POB).
PUBLIC HEARING
Council to conduct a Public Hearing to discuss the conduct of
Councilmember Williams and Councilmember Hilliard for alleged
violations of the City Charter
10
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Sharae Reed, City Attorney
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council to consider the censure of Councilmember Michael
Williams.
BACKGROUND
At the request of Councilmember Sherwood, with a second from Councilmember Durio, a Public
Hearing was held to determine if statements made by Councilmember Williams on social media
violated the City Charter.
FUNDING SOURCE
Not applicable.
RECOMMENDATION
None.
ATTACHMENTS
11
TO:City Council
FROM:Kenneth R. Williams, City Manager
PREPARED BY:Sharae Reed, City Attorney
MEETING DATE:December 16, 2025
REQUESTED ACTION:Council to consider the censure of Councilmember Joseph Hilliard.
BACKGROUND
At the request of Councilmember Sherwood, with a second from Councilmember Durio, a Public
Hearing was held to determine if the actions and/or statements made by Councilmember Hilliard
on social media violated the City Charter.
FUNDING SOURCE
Not applicable.
RECOMMENDATION
None.
ATTACHMENTS
WORK
SESSION
Council to Review and Discuss 311 Overview