12/18/25 – Regular Meeting

The word agendas with a stylized image of Tampa City Hall as backdrop.

This is a reimagined version of the Tampa City Council agenda. It removes legalese from the description, parses the Background details from the Summary Sheet when available and provides links to supporting documents. Also included is a zoning map with current applications. A note about document links, Onbase links can change, and you can always […]

This is a reimagined version of the Tampa City Council agenda. It removes legalese from the description, parses the Background details from the Summary Sheet when available and provides links to supporting documents. Also included is a zoning map with current applications. A note about document links, Onbase links can change, and you can always refer to the official draft agenda from the clerk in Onbase.

Agenda

  1. File No. CM25-17931

    Chuck Carden of Tampa Bay Water, to provide a 10-minute presentation on a brief overview and major initiatives they are working on. Baird, P.E., Deputy Administrator of Infrastructure, notifying City Council that Chuck Carden, Tampa Bay Water, will appear in-person to present, and .

  2. File No. B2020-10

    (10-minute update) FDOT, Florida Department of Transportation to update City Council on projects within the City of Tampa. – – .

  3. File No. CM25-17884

    Tampa Hillsborough Expressway Authority (THEA) President and CEO Greg Slater, to provide a 10-minute presentation on the South Selmon Capacity Project.

  4. File No. BA25-19546

    (3-minute presentation per applicant) Presentation of applicants expressing an interest in being re-appointed to a position on the Code Enforcement/Public Nuisance Abatement Board. Shirley Foxx-Knowles, City Clerk, transmitting two (2) applications from Randy Jackson and Jason Valkenburg, expressing an interest in being considered for re-appointment for a positions on the Code Enforcement/Public Nuisance Abatement Board .

  5. File No. BA25-19748

    Resolution approving the nomination by the Mayor and appointing Scott I. Steady as City Attorney and department head of the City of Tampa Legal Department.

    Background

    The currently serving City Attorney has announced her intent to retire in January, 2026. The Mayor has nominated Scott I. Steady, to serve as the City Attorney and department head of the City of Tampa Legal Department effective January 5, 2026.

  6. File No. PS25-19316

    (Part 1 of 2)(See Item 7) Resolution approving the acceptance of grant funds for the Community Policing Development Microgrants- City of Tampa, FL grant performance period 10/1/2025 to 9/30/2027 in an amount up to $175,000 from the United States Department of Justice, Office of Community Policing Services Programs; execution of agreement by the Mayor of the City of Tampa and attestation by the City Clerk.

    Background

    The City of Tampa wishes to accept grant funding in an amount up to $175,000 through a program administered by the US DOJ for funding for the Military to Badge Transition Program. TPD will use grant funds to recruit, hire, and retain military personnel transitioning to civilian life who qualify for Equivalency of Training, leveraging the valuable skills and discipline of military veterans. TPD will build upon the Department of Defense SkillBridge program which provides service members internships, apprenticeships and industry training during their last 180 days of service. TPD will include targeted outreach on military bases to highlight the EOT process and will develop Virtual Reality simulations to provide potential recruits with an immersive experience of day-to-day policing activities, aimed at attracting tech-savvy individuals.

  7. File No. PS25-19317

    (Part 2 of 2)(See Item 6) Resolution making certain changes in the budget of the City of Tampa for the fiscal year ending September 30, 2026; Approving the transfer, reallocation, and/or appropriation of $175,000 within the Police Grants Fund for use by the Tampa Police Department for the Community Policing Development Microgrant.

    Background

    This resolution appropriates $175,000 within the Police Grants Fund for use by the Tampa Police Department for the 2026 Community Policing Development Microgrant sponsored by the Department of Justice, Office of Community Oriented Policing Services.

  8. File No. PS25-19547

    Resolution approving the purchase under Florida Sheriff’s Association Contract No. FSA25-VEL33.0 of Ten (10) Ford Police Responder Vehicles from Duval Ford, LLC in the total amount of $528,400 for use by the Tampa Police Department.

    Background

    It is recommended that the City purchase under the Florida Sheriffs Association Contract No. FSA25-VEL33.0, Pursuit, Administrative and Other Vehicles. This cooperative contract was competitively sourced with (35) thirty-five bids received by the leading agency. In comparing the prices from the Florida Sheriffs Association Contract No. FSA25-VEL33.0, for the Ford Police Responders, to the open market, the unit cost of this vehicle is $55,609 each and a total of ten (10) is $556,090. The City saves $2,769 per vehicle for a total saving of $27,690 by purchasing the Ford Police Responders from the Florida Sheriffs Association Contract No. FSA25-VEL33.0, Pursuit, Administrative and Other Vehicles contract.

    There was no EBO Participation as this purchase is being made under the Florida Sheriffs Association Contract No. FSA25-VEL33.0, Pursuit, Administrative and Other Vehicles.

  9. File No. PS25-19746

    Resolution approving the renewal of an agreement between the City of Tampa and Adventist Health System/Sunbelt, Inc. dba Adventhealth Centra Care, without a price escalation, for the provision of Annual Physical Examination Services for the City of Tampa Fire Rescue in the estimated amount of $673,625 and for the Human Resources and Talent Development/Risk and Insurance Division in the estimated amount of $277,000 for a cumulative total of $950,625.

    Background

    It is recommended that the City renew its existing Agreement with Adventist Health System/Sunbelt, Inc. dba Adventhealth Centra Care for the provision of Annual Physical Examination Services for use by the Human Resources and Fire Rescue Departments for an additional one-year term. The existing Agreement was made November 2019. The Agreement is in its fourth renewal term, which was extended to December 29, 2025, per the Agreement, Article II, Initiation of Consulting Services/Term of Agreement. Adventist Health System/Sunbelt, Inc. dba Advent Health Centra Care provides excellent service, quality of product, and performance. The Human Resources and Fire Rescue Departments have reviewed the prices and feel that it is in the best interest of the City to renew the Agreement for an additional one-year period. Adventist Health System/Sunbelt Inc. dba Adventhealth Centra Care has agreed to renew Annual Physical Examination Services without a price escalation.

  10. File No. NCA25-19518

    (Part 1 of 2)(See Item 11) Resolution approving a contract between the city of Tampa and united states equal employment opportunity commission; providing twelve thousand four hundred twenty-five dollars ($12,425.00) for services provided through the Tampa office of human rights for processing and resolving equal employment opportunity complaints, providing intake for equal employment opportunity complaints and providing enforcement, outreach and training activity; extending the contract option period.

    Background

    Contract between the City and EEOC is to reimburse the City processing and resolving EEOC claims, providing local intake service for EEOC claims and providing enforcement, outreach and training activity for and on behalf of the EEOC in the City performed between October 1, 2023, and September 30, 2024.

    The EEOC will extend the current Contract to September 30, 2024, and increase payments to the City as a Federal Equivalency Program in the amount of Twelve Thousand Four Hundred and Twenty-Five Dollars ($12,425.00) for services rendered by THOR the processing of employment discrimination complaints, attendance at a policy conference and engaging in a Joint Innovation Project with the EEOC performed between October 1, 2023 and September 30, 2024.

  11. File No. NCA25-19613

    (Part 2 of 2)(See Item 10) Resolution making certain changes in the budget of the City of Tampa for the fiscal year ending September 30, 2026; approving the transfer, reallocation, and/or appropriation of $12,425 within the Housing Grants Fund for the Office of Human Rights U.S. Equal Employment Opportunity Commission (EEOC) activities.

    Background

    The U.S. Employment Opportunity Commission (EEOC) has contracted with the City to investigate and resolve employment discrimination complaints that fall under the U.S. EEOC’s jurisdiction and are within the City limits. Contract between the City and EEOC is to reimburse the City processing and resolving EEOC claims, providing local intake service for EEOC claims and providing enforcement, outreach and training activity for and on behalf of the EEOC in the City performed between October 1, 2023, and September 30, 2024. The EEOC will extend the current Contract to September 30, 2024, and increase payments to the City as a Federal Equivalency Program in the amount of Twelve Thousand Four Hundred and Twenty-Five Dollars ($12,425.00) for services rendered by THOR the processing of employment discrimination complaints, attendance at a policy conference and engaging in a Joint Innovation Project with the EEOC performed between October 1, 2023 and September 30, 2024.

  12. File No. NCA25-19550

    Resolution assessing the costs expended by the City of Tampa, a municipal corporation, for the preparation, demolition and/or removal of certain buildings and/or structures from the following property: 7021 S Kissimmee St, after the determination that said building or structure satisfied the criteria to demolish and the property owner(s) failed to demolish and/or remove same or failed to do so prior to the City incurring costs; authorizing a certified copy of the resolution to be recorded with the Clerk of the Circuit Court and having the force and effect of a notice of assessment of lien.

    Background

    This resolution assesses the costs ($14,206.70) expended by the City of Tampa, including administrative costs, for the preparation, demolition and/or removal of buildings and/or structures on the properties described in Exhibit “A” of the Resolution that satisfied the criteria to demolish set forth in Section 19-5(a)(2) & (b)(1), City of Tampa Code of Ordinances when the property owner(s) failed to demolish and/or remove the unsafe building and/or structure within the time allowed or failed to do so prior to the City incurring said costs.

  13. File No. NCA25-19553

    Resolution approving the renewal of an award between the City of Tampa and Greenturf Services, Inc., with a 2.9% Consumer Price Index (CPI) price escalation, for the furnishing of Citywide Medians and Parkways Grounds Maintenance, in part, for Lot I Citywide Medians and Parkways North of Kennedy Blvd and Lot II Citywide Medians and Parkways South of Kennedy Blvd in the total estimated amount of $739,600 for use by the Parks and Recreation Department.

    Background
    1. This award is in its first renewal period.

    It is recommended that the City renew its existing award with Greenturf Services, Inc. for the provision of Citywide Medians and Parkways Grounds Maintenance for use by the Parks and Recreation Department for an additional one-year term. The existing award was made April 4,

    Greenturf Services, Inc. provides excellent service, quality of product and performances. The Parks and Recreation Department has reviewed the prices and feels that it is in the best interest of the City to renew the award for an additional one-year period. Greenturf Services, Inc. has agreed to renew Citywide Medians and Parkways Ground Maintenance with a Consumer Price Index (CPI) price escalation of 2.9% which is allowable per the bid.

    Pursuant to the review by the Equal Business Opportunity (EBO) Division, this one year renewal contract is in compliance.

  14. File No. NCA25-19555

    Resolution assessing the costs expended by the City of Tampa, a municipal corporation, for mowing and/or removing offensive accumulations from certain real property in the city after failure of the interested parties to mow and/or remove the offensive accumulations from the following properties: (1) 2615 E Chelsea St, (2) 4734 W Trilby Ave, (3) 4619 W North A St, (4) 907 W Candlewood Ave, and (5) 207 E Virginia Ave; authorizing a certified copy of this resolution and exhibit to be recorded with the Clerk of the Circuit Court and having the force and effect of a lien.

    Background

    This resolution assesses the costs ($7,356.15) expended by the City for mowing and/or removing offensive accumulations from certain real property in the city after failure of the interested parties to mow and/or remove the offensive accumulations from such property.

  15. File No. NCA25-19556

    Resolution assessing the costs expended by the City of Tampa, a municipal corporation, for mowing and/or removing offensive accumulations from certain real property in the city after failure of the interested parties to mow and/or remove the offensive accumulations from the following properties: (1) 8511 N 48th St, (2) 2418 E 18th Ave, (3) 1104 W La Salle St, (4) 1607 E 19th Ave, and (5) 2202 W Kennedy Blvd; authorizing a certified copy of this resolution and exhibit to be recorded with the Clerk of the Circuit Court and having the force and effect of a lien.

    Background

    This resolution assesses the costs ($2,045.50) expended by the City for mowing and/or removing offensive accumulations from certain real property in the city after failure of the interested parties to mow and/or remove the offensive accumulations from such property.

  16. File No. NCA25-19557

    Resolution assessing the costs expended by the City of Tampa, a municipal corporation, for mowing and/or removing offensive accumulations from certain real property in the city after failure of the interested parties to mow and/or remove the offensive accumulations from the following properties: (1) 9410 N Mulberry St, (2) 6403 N 36th St, (3) 7409 S Manhattan Ave, (4) 908 E Bougainvillea Ave, and (5) 1504 S Howard Ave; authorizing a certified copy of this resolution and exhibit to be recorded with the Clerk of the Circuit Court and having the force and effect of a lien.

    Background

    This resolution assesses the costs ($2,780.64) expended by the City for mowing and/or removing offensive accumulations from certain real property in the city after failure of the interested parties to mow and/or remove the offensive accumulations from such property.

  17. File No. NCA25-19558

    Resolution assessing the costs expended by the City of Tampa, a municipal corporation, for mowing and/or removing offensive accumulations from certain real property in the city after failure of the interested parties to mow and/or remove the offensive accumulations from the following properties: (1) 4214 E Cayuga St, (2) 6228 S Kelly Rd, and (3) 6223 N 41st St; authorizing a certified copy of this resolution and exhibit to be recorded with the Clerk of the Circuit Court and having the force and effect of a lien.

    Background

    This resolution assesses the costs ($1,499.35) expended by the City for mowing and/or removing offensive accumulations from certain real property in the city after failure of the interested parties to mow and/or remove the offensive accumulations from such property.

  18. File No. NCA25-19614

    Resolution of the City of Tampa, Florida, approving a Block Party Contract with Artist between the City of Tampa and Ryan McCullough to commission artwork to be installed at the Fair Oaks Community Center in the amount of $90,000 for use by the Arts & Cultural Affairs Department.

    Background

    The City of Tampa desires to support the arts and cultural engagement by commissioning an artist to create an artwork in the Fair Oaks Community Center that imbues a sense of play, discovery, and creative immersion through compositional arrangements. Pursuant to Chapter 4, City of Tampa Code, the City’s Public Art Committee has recommended Artist Ryan McCullough for this project. It is in the best interest of the City of Tampa to enter into a Block Party Contract with Artist with Ryan McCullough to commission the Artwork.

  19. File No. E2025-8

    CH 28 Special Event Permit: Martin Luther King Parade- 15th St., MLK Blvd., 21st Ave., & 22nd St.- January 19, 2026.

  20. File No. E2025-8

    CH 28 Special Event Permit: Children’s Gasparilla Parade- Bayshore Blvd. between Platt St. Bridge & Gandy Blvd.- January 24, 2026.

  21. File No. E2025-8

    CH 28 Special Event Permit: Gasparilla Pirate Fest- Bayshore Blvd. between Platt St. Bridge & Gandy Blvd., Brorein Blvd, Ashley Dr., Cass St., N. Blvd.- January 31, 2026.

  22. File No. INF25-19308

    Resolution of The City of Tampa approving an agreement for the Petroleum Cleanup Participation Program between the City of Tampa and the Florida Department of Environmental Protection for the environmental remediation of the Rocky Point Golf Course located at 4151 Dana Shores Drive, Tampa, Florida 33634.

    Background

    Staff is recommending approval of the Rocky Point Petroleum Restoration Program Funding agreement.

  23. File No. INF25-19520

    Resolution approving the renewal of an award between the City of Tampa and Olameter Corporation, with a 2.9% Consumer Price Index (CPI) price escalation, for the furnishing of Water Meter Reading Services, Division I in the estimated amount of $1,379,170 for use by the Water Department.

    Background

    It is recommended that the City renew its existing award with Olameter Corporation for the provision of Water Meter Reading Services for use by the Water Department, Distribution Division for an additional one-year term. The existing award was made January 2023. This award is in its second renewal term.

    Olameter Corporation provides satisfactory service, quality of product and performance. The Water Department, Distribution Division has reviewed the prices and feels that it is in the best interest of the City to renew the award for an additional one-year period. Olameter Corporation has agreed to renew Water Meter Reading Services with a Consumer Price Index (CPI) price escalation of 2.9% which is allowed per the bid.

    Pursuant to the review by the Equal Business Opportunity (EBO) Division, this one year renewal contract is in compliance.

  24. File No. INF25-19551

    Resolution accepting the proposal of Cathcart Construction Company – Florida, LLC pertaining to Contract 25-C-00019 Drew Park Lois Avenue and Grady Avenue Landscape and Streetscape, in the amount of $2,399,747.

    Background
    1. Background: a. Contract Title: 25-C-00019, Drew Park Lois Avenue and Grady Avenue Landscape and Streetscape; b. Number of bidders/submitters: One (1) c. Names of bidders/submitters: -Cathcart Construction Company – Florida, LLC d. Dollar amount: $2,399,747.00 e. Why the awardee was selected: Selected Pursuant to FS 287.055 CCNA.
    2. Equal Business Opportunity (EBO) Statement: Cathcart Construction Company – Florida, LLC, the prime contractor, is utilizing two (2) City of Tampa certified firms for subcontracting.
    3. Sustainability and Resiliency: The project provides for improvements within the Drew Park CRA District within the right of way along Lois and Grady Avenues (W Crest Ave to W Dr.
    4. Community Engagement: The CRA and CAD Construction, Engineering and Inspection (CAD-CEI) team will assist the Contractor in the communication efforts to ensure transparency and integration of the stakeholders.
    5. Project: a. Contract delivery method: This is a Design-Bid-Build project. A full-time City of Tampa Construction Inspector will be on-site during the project to ensure quality of construction.

    2.Contractor/Firm: Cathcart Construction Company – Florida, LLC 3.Business Case: Project provides for replacing and maintaining trees and landscaping, relocate existing landscaping where necessary to optimize space and functionality, upgrade the irrigation systems to ensure efficient water use and support new plantings, and modify plant species to enhance ecological benefits and aesthetic appeal.

    Project work is limited within the Drew Park CRA District within the right of way along Lois and Grady Avenues (W Crest Ave to W Dr. Martin Luther King Jr Blvd).

    Martin Luther King Jr Blvd). This project is consistent with Transforming Tampa’s Tomorrow goal of Sustainability and Resiliency..

    b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 183 consecutive calendar days.

    • The e-Builder project management software system will be utilized to optimize the monitoring of schedules and costs. This software was recently purchased by the City of Tampa and is a premier system for construction project management.

  25. File No. INF25-19552

    Resolution approving an Agreement for Design-Build Initial Services in the amount of $1,514,877 between the City of Tampa and Bandes Construction Company, Inc. in connection with Contract 25-C-00005 Decentralized Fleet Maintenance Facility Solid Waste Design-Build.

    Background
    1. Contractor/Firm: Bandes Construction Company, Inc.
    2. Business Case: This design-build initial agreement covers the design and preconstruction costs for a new Fleet Maintenance Building for the Solid Waste Relocation from Spruce Street to 34th Street. The scope of work during this project phase shall include, but not limited to, programming, planning, architecture, interior, furnishings-fixtures-equipment (FF&E), civil, structural, mechanical, electrical, lighting, acoustic, plumbing, fire protection, solid waste, stormwater, wastewater, water, communication, data, security, signage, as well as landscaping and irrigation design. Comprehensive design services shall also include energy efficiency, and EV charging stations, as well as compliance with all governing codes, regulations, and accreditation requirements.
    3. Equal Business Opportunity (EBO) Statement: Bandes Construction Company, Inc., the prime contractor, is committed to utilizing three (3) City of Tampa certified firms for subcontracting.
    4. Apprenticeship Compliance (statement required if over $1,000,000): The Contractor is not required to comply with the City of Tampa Apprenticeship Ordinance which is no longer in effect.
    5. Community Engagement: The Contract Administration Department (CAD) will assist the Contractor in all communication efforts to ensure transparency and integration of the stakeholders.

    1.Contract Title: 25-C-00005 Decentralized Fleet Maintenance Facility Solid Waste Design- Build a. Address of Project: 3402 34th Street, Tampa, Florida 33617 b. Number of bidders/submitters: 4 c.Names of bidders/submitters: • Biltmore Construction • Bandes Construction Company, Inc.

    • J. Kokolakis Contracting, Inc.

    • The A.D. Morgan Corporation d. Dollar amount: $1,514,877.00 e.Why the awardee was selected: f. Selected Pursuant to FS 287.055 CCNA (Consultants’ Competitive Negotiation Act).

    6.Sustainability and Resiliency: The Contractor shall be required to comply with the requirements of LEED Silver Certification as noted (No LEED Silver Certificate is required).

    8.Project: a. Contract Delivery Method: This is for the Design and Preconstruction Phase of a Design- Bid-Build project. A full-time City of Tampa Construction Inspector will be on-site during the execution of this project to ensure the quality of construction.

    b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 365 consecutive calendar days for design and preconstruction services.

    (548 consecutive calendar days for construction) • The e-Builder project management software system will be utilized to optimize the monitoring of schedules and costs. This software was recently purchased by the City of Tampa and is a premier system for construction project management.

  26. File No. INF25-19554

    Resolution authorizing an Agreement for Consultant Services in the amount of $876,515 between the City of Tampa and Black & Veatch Corporation in connection with Contract 25-D-00028, Howard F Curren AWTP Electrical Improvements Design Services.

    Background
    1. Background: a. Contract Title: Howard F. Curren AWTP Electrical Improvements Design services Address of Project: 2700 Maritime Blvd. Tampa, FL 33605 b. Number of bidders/submitters: 4 (four) c.Names of bidders/submitters: •Black & Veatch Corporation •Encarn Engineering, LLC • Engineering Design Technologies Corp • Setty & Associates International, PLLC d.Dollar amount: • The total Contract estimate will be $4,000,000-$6,000,000.
    2. Equal Business Opportunity (EBO) Statement: Black & Veatch Corporation, the prime contractor, is committed to utilizing three (3) City of Tampa certified firms for subcontracting.
    3. Community Engagement: N/A
    4. Project: a.Contract delivery method: This is a Design project.

    • This Initial design agreement is for $876,515.00 e. Why the awardee was selected: Most qualified, according to CCNA Committee scores.

    2.Contractor/Firm: Black & Veatch Corporation 3.Business Case: •The project is to obtain Professional Engineering services for work necessary to complete the design for various electrical improvements and electrical equipment replacements. The Wastewater Department has previously performed studies and preliminary designs for some of these projects.

    • This initial agreement is to be performed for the Howard F. Current Advanced Wastewater Treatment Plant (HFC AWTP), Building 005 – Screen and Grit Building No.2 and Building 047 – Filter Building No. 2.

    5.Sustainability and Resiliency: Green, Social and Sustainable Framework: This project is eligible under the framework as is provides sustainable stormwater management and pollution prevention and control.

    b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 365 Calendar days.

    • The e-Builder project management software system will be utilized to optimize the monitoring of schedules and costs. This software was recently purchased by the City of Tampa and is a premier system for construction project management.

  27. File No. INF25-19559

    Resolution approving Contract Change Order 4 requesting an extension of time to the contract between the City of Tampa and RTD Construction, Inc. for Contract 22-C-34001, Construction of Citywide Meter, Hydrant and Valve Installation and Replacement.

    Background
    1. Background: a. Contract Title: 22-C-34001, City-wide Meter, Hydrant and Valve Installation and Replacement b. Dollar amount: $0 c. Why the awardee was selected: Selected Pursuant to FS 287.055 CCNA.
    2. Contractor/Firm: RTD Construction, Inc.
    3. Equal Business Opportunity (EBO) Statement: RTD Construction, Inc., the prime contractor, is utilizing four (4) City of Tampa certified firms for subcontracting.
    4. Sustainability and Resiliency: The project provides for water distribution system improvements and emergency responses at various locations throughout the City. This project is consistent with Transforming Tampa’s Tomorrow goal of Sustainability and Resiliency and is an integral part of the Water Department’s Asset Management Program.
    5. Community Engagement: The Water Public Relations and CAD Construction, Engineering and Inspection (CAD-CEI) team will assist the Contractor in the communication efforts to ensure transparency and integration of the stakeholders.
    6. Project: a. Contract delivery method: This is a Design-Bid-Build project. A full-time City of Tampa Construction Inspector will be on-site during the project to ensure quality of construction.

    3.Business Case: Project provides for furnishing and installing miscellaneous water main appurtenances ranging in size from 2” to 16” in diameter at various locations throughout the City of Tampa water service area. Related work also includes concrete masonry, curbs and sidewalks, paving, landscaping, grouting, brick street construction and miscellaneous water maintenance. Work will be performed on a work order basis.

    Change Order 1 provided for continual services; the contract completion date was changed, this was the first of two renewals.

    Change Order 2 provided for continual services; the contract completion date was changed, this is the final of two renewals.

    Change Order 3 provided for continuation of services; the contract completion date was changed.

    Change Order 4 provides for continual services to complete the existing work orders that were issued prior to contract expiration date.

    b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 365 consecutive calendar days.

    • The e-Builder project management software system will be utilized to optimize the monitoring of schedules and costs. This software was recently purchased by the City of Tampa and is a premier system for construction project management.

  28. File No. INF25-19562

    Resolution approving the renewal of an award between the City of Tampa and MJM Electric, Inc. with a 2.9% Consumer Price Index (CPI) price escalation, for the furnishing of McKay Bay Waste to Energy (WTE) Facility Electrical Support Services in the estimated amount of $300,000 for use by the Department of Solid Waste & Environmental Program Management.

    Background
    1. This award is in its first renewal term, which was extended to December 20, 2025, per the bid document Section 4.14.1 Supplemental Unilateral Renewal Periods.

    It is recommended that the City renew its existing award with MJM Electric, Inc. for the provision of McKay Bay Waste to Energy (WTE) Facility Electrical Support Services for use by the Department of Solid Waste and Environmental Program Management, Waste to Energy Facility for an additional one-year period. The existing award was made in August

    MJM Electric, Inc. provides excellent service, quality of product and performance. The Department of Solid Waste and Environmental Program Management, Waste to Energy Facility has reviewed the prices and feels that it is in the best interest of the City to renew the award for an additional one-year period. MJM Electric, Inc. has agreed to renew McKay Bay Waste to Energy (WTE) Facility Electrical Support Services with a Consumer Price Index (CPI) price escalation of 2.9% which is allowed per the bid.

    WMBE/SLBE participation goals were not prescribed in the solicitation because the scope did not meet required EBO parameters; however, it did not preclude participation.

  29. File No. INF25-19563

    Resolution approving the renewal of an award between the City of Tampa and Rexel USA, Inc. dba Mayer Electric Supply for the furnishing of Electrical and Electronic Supplies in the estimated amount of $400,000 for use by various departments and amending Resolution No. 2024-175, passed and adopted by the City Council of the City of Tampa on March 7, 2024, by correcting a scrivener’s error in section 1 of said resolution to correct the expiration date of the renewal of the award from December 4, 2024 to December 5, 2024.

    Background

    It is recommended that the City renew its existing award for an additional one-year period with Mayer Electric Supply for the furnishing of Electrical and Electronic Supplies for use by various departments throughout the City. The existing award was made in May 2022. The term of the award was for an 8-month period with four additional one-year renewals. Electrical and Electronic Supplies is in its second renewal period.

    Mayer Electric Supply provides excellent service, quality of product and performance. The Purchasing Department has reviewed the prices and feels that it is in the best interest of the City to renew this award for an additional one-year period. Mayer Electric Supply has agreed to renew the Electrical and Electronic Supplies for various Departments contract without a price escalation.

    Per Chapter 2004-466, Laws of Florida, as amended by Chapter 2012-239, Laws of Florida, Electrical and Electronic Supplies are available based on the Broward County award from Mayer Electrical Supply Company, Inc. (OPN2124942B1) to purchase Electrical and Electronic Supplies at the same prices, terms and conditions.

    MBE/SLBE participation goals were not prescribed in the solicitation because the scope did not meet required EBO parameters; however, it did not preclude participation.

  30. File No. INF25-19570

    Resolution authorizing an Amendment to the Agreement for Consultant Services between the City of Tampa and CPH Consulting, LLC regarding Contract 24-D-00027-CSA01 Lakeshore Pump Station Force Main Replacement Design in the amount of $501,076.08; authorizing the Mayor to execute said Amendment on behalf of the City of Tampa; providing for funding thereof.

    Background
    1. Contract Title: Lakeshore Pump Station Force Main Replacement Design a.Address of Project: 7008 Lakeshore Dr. Tampa, FL 33604 b. Number of bidders/submitters: N/A c. Names of bidders/submitters: N/A d.Dollar amount: • The total Contract amount is $629,557.16.
    2. Contractor/Firm: CPH Consulting, LLC 3.Business Case: This project provides for the design and replacement of the Lakeshore Pump Station Force Main. The existing pipeline is deteriorated and in danger of failing. Failure of the pipeline could result in a wastewater overflow that may impact the surrounding environment or cause a public health risk.
    3. Community Engagement: N/A
    4. Project: a.Contract delivery method: This is a Design project.

    • This final design agreement is for $501,076.08 e. Why the awardee was selected: Most qualified, according to CCNA Committee scores.

    4.Equal Business Opportunity (EBO) Statement: CPH Consulting, LLC, the prime contractor, is utilizing no city-certified firms for subcontracting.

    5.Sustainability and Resiliency: Green, Social and Sustainable Framework: This project is eligible under the framework as is provides sustainable stormwater management and pollution prevention and control.

    b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 51 weeks.

    • The e-Builder project management software system will be utilized to optimize the monitoring of schedules and costs. This software was recently purchased by the City of Tampa and is a premier system for construction project management.

  31. File No. INF25-19612

    Resolution approving the acceptance of a Grant of Wastewater Easement from Quest Diagnostics Clinical Laboratories, Inc., formerly known as Smithkline Corp., for wastewater facilities within the property located at 4225 East Fowler Avenue in Tampa, Florida.

    Background

    The City of Tampa requested Quest Diagnostics Clinical Laboratories, Inc., formerly known as Smithkline Corp. (“Grantor”) to convey a perpetual non-exclusive wastewater easement at 4225 East Fowler Avenue. Grantor agreed to convey that wastewater easement. It is in the City’s best interest to accept the Grant of Wastewater Easement for said purposes.

  32. File No. INF25-19731

    Resolution of the City Council of the City of Tampa, Florida, approving a construction agreement in the amount of $921,409 with CSX Transportation, Inc., for construction of a new at-grade crossing on east 4th avenue.

    Background

    On January 23, 2025, the Tampa City Council adopted Resolution No. 2025-59 approving a Stipulation of Parties to close the East 3rd Avenue railroad crossing (Crossing #643886Y) and open a new public grade crossing on East 4th Avenue. The City previously approved the GasWorx Development Agreement by Resolution No. 2022-748 to support mixed-use development, which requires relocating the existing railway crossing from East 3rd Avenue to East 4th Avenue. This Construction Agreement outlines the obligations of the City and CSX Transportation, Inc. for building the new at-grade crossing on East 4th Avenue. The Project is estimated to cost $921,409, to be funded by the City, and entering into the Agreement is in the best interest of Tampa’s residents.

  33. File No. INF25-19732

    Resolution accepting the proposal of Harris-McBurney Company pertaining to Contract 25-C-00044 Ybor City CRA 7th Avenue Street Resurfacing (Phase II), in the amount of $663,765.85.

    Background
    1. Background: a. Contract Title: Ybor City CRA 7th Avenue Street Resurfacing (Phase II) b. Number of bidders/submitters: Three (3) c. Names of bidders/submitters: • Harris-McBurney Company • JVS Contracting, Inc.
    2. Contractor/Firm: Harris-McBurney Company
    3. Business Case: Project provides for street resurfacing along 7th Avenue between N. 17th Street and Angel Olivia Senior Street (18th Street), as well as Angel Olivia Senior Street (18th Street) and N. 19th Street. The project will involve the milling and removal of the existing asphalt pavement on the specified segments of 7th Avenue in Ybor City, followed by the installation of historic brick pavers.
    4. Equal Business Opportunity (EBO) Statement: Harris-McBurney Company, the prime contractor, is utilizing two (2) City of Tampa certified firms for subcontracting.
    5. Sustainability and Resiliency: Project provides for street resurfacing along 7th Avenue between N. 17th ST and Angel Olivia Senior St. (18th St.) This project aligns with Transforming Tampa’s Tomorrow within the CRA District.
    6. Community Engagement: The CRA and Mobility Department staff will assist the Contractor in the communication efforts to ensure transparency and integration of the stakeholders.
    7. Project: a. Contract delivery method: This is a Design-Bid-Build project. A full-time City of Tampa Construction Inspector will be on-site during the project to ensure quality of construction.

    • Cathcart Construction Company -Florida, LLC d. Dollar amount: $663,765.85 e. Why the awardee was selected: Selected Pursuant to FS 287.055 CCNA.

    b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 90 consecutive calendar days.

    • The e-Builder project management software system will be utilized to optimize the monitoring of schedules and costs. This software was recently purchased by the City of Tampa and is a premier system for construction project management.

  34. File No. F25-19458

    Resolution approving a Second Amendment to Software End User License Agreement for a Legal Document and Case Management System between the City of Tampa and Legal Files Software, Inc. to add the Office of Human Rights in the estimated amount of $26,176 for use by the Tampa Office of Human Rights.

    Background

    Pursuant to the authority contained in Resolution 2020-892, passed and approved by City Council on December 17, 2020, the City entered into a Software End User License Agreement for a Legal Document and Case Management System with Licensor for the provision of the Legal Files Matter and Document Management System for the Tampa Office of Human Rights.

    Pursuant to the authority contained in Resolution 2025-487, passed and adopted on June 5, 2025, it was necessary to amend the agreement to add a 2nd test environment with a Maintenance and Support Order Form for the Tampa Office of Human Rights.

    It is necessary to further amend the agreement to add the Office of Human Rights to the

  35. File No. DEO25-19569

    Resolution approving the execution by the Mayor and attestation by the City Clerk of a First Amendment to Commercial Lease Agreement between City of Tampa and Hillsborough County allowing the continued use of City-owned property located at 102 E. 7th Avenue and 1717 Tampa Street as office space for library operations and parking.

    Background

    The City owns real property known as the Free Library located at 102 E. 7th Avenue (Premises) and the surface parking lot located at 1717 Tampa Street.

    The City of Tampa and Hillsborough County entered into that certain Commercial Lease Agreement dated April 26, 2016, approved by Resolution 2016-319, for use of the Premises as office space for the County’s library operations and parking associated with the Premises.

    Currently, the agreement expires April 25, 2026.

    The County has requested an additional three years while they develop a new location for their operations. The parties desire to enter into this First Amendment to Commercial Lease Agreement under the terms and conditions enumerated herein.

  36. File No. MAM25-19173

    Resolution approving an Agreement between the City of Tampa and Lanier Parking Meter Services, LLC for the furnishing of Parking Garages, Lots, On-Street Maintenance and Revenue Collection in the total estimated amount of $1,944,922.14 for use by the Mobility/Parking Division; authorizing the Mayor to execute the Agreement.

    Background
    1. Department or Location of Project: Mobility/Parking Division
    2. Total number of vendors that accessed and downloaded bid: 48
    3. Number and List of bidders: 3; Lanier Parking Meter Services, LLC, SP+ LLC, and The Car Park, LLC
    4. Award amount: $1,944,922.14 for 2 years
    5. Why the winning bid was selected: The most responsive, and responsible bidder. The City of Tampa Mobility/Parking Division recommends awarding this vendor as the most responsive and responsible proposer for Parking Garages, Lots, On-Street Maintenance and Revenue Collection It is recommended that the City award Parking Garages, Lots, On-Street Maintenance and Revenue Collection to Lanier Parking Meter Services, LLC for use by the Mobility/Parking Division. The term of the award is for a (2) two-year term (2) two additional (1) one-year renewal options. The Department has reviewed and approved the bid response from Lanier Parking Meter Services, LLC and comments were supplied via Department recommendation letter.

    This award was made through the Request for Proposal process. Goals were not prescribed; however, the prime contractor, is committed to utilizing one city-certified firm for subcontracting.

  37. File No. MAM25-19561

    Resolution approving the renewal of an award between the City of Tampa and Onyx Cleaning Services LLC, with a 2.9% Consumer Price Index (CPI) price escalation, for the provision of Janitorial Services for Parks-East Locations (Sheltered Market Solicitation) in the estimated amount of $238,224 for use by the Department of Logistics and Asset Management/Facility Management Division.

    Background

    It is recommended that the City renew its existing award with Onyx Cleaning Services LLC for the provision of Janitorial Services for Parks-East Locations (Sheltered Market Solicitation) for use by the Logistics and Asset Management Department/Facility Management Division for an additional 12-month term. The existing award was made in May 2024. This award is in its first renewal award period. Onyx Cleaning Services LLC provides satisfactory service, quality of product, and performance. The Logistics and Asset Management Department/Facility Management Division has reviewed the prices and feels that it is in the best interest of the City to renew the award for an additional 12-month term. Onyx Cleaning Services LLC has agreed to renew Janitorial Services for Parks-East Locations (Sheltered Market Solicitation) with a 2.9% Consumer Price Index (CPI) price escalation which is allowed per the bid.

    Pursuant to the review by the Equal Business Opportunity (EBO) Office, it was determined that the EBO Sheltered Market Solicitation provision would apply in the bid specifications to eligible WMBE and SLBE firms.

    Onyx Cleaning Services LLC is a city-certified Small Local Business Enterprise (SLBE) and Minority Business Enterprise/Hispanic Business Enterprise (MBE/HBE).

  38. File No. MAM25-19611

    Resolution approving the acceptance of a grant of transportation easement from Tampa Heights MU I, LLC, a Delaware limited liability company, to the City of Tampa for the installation of transportation improvements, over a portion of property located at 2510 North Tampa Street, Tampa, Florida.

    Background

    The Mobility (Transportation) Department, through the Real Estate Department, requested the owner, pursuant to the rezoning ordinance number 2023-101, provide the City of Tampa with two feet along the southern property boundary, to improve the alley for transportation purposes.

  39. File No. MAM25-19745

    Resolution of the City of Tampa, Florida, approving a grade crossing maintenance agreement between the City of Tampa and CSX Transportation, Inc., for the use and maintenance of crossing and warning devices on East 4th Avenue by the Mobility Department.

    Background

    Approval of the Grade Crossing Maintenance Agreement provides funding for an annual surface fee in the amount of $5,056, to be adjusted on an annual basis by 3% from within the Local Option Gas Tax Fund for use by the Mobility Department. This Grade Crossing Maintenance Agreement also provides funding for the annual cost of automatic highway grade crossing traffic control devices (See Exhibit “A”), in the amount of $32,469, subject to annual appropriation, from within the Local Option Gas Tax Fund for use by the Mobility Department.

Public Hearings & Ordinances

  1. File No. DE1-25-160-C

    Petition for Review filed by New Plaza LLC, applicant of the underlying decision, requesting a review hearing regarding a decision of the Zoning Administrator, DE1-25-0000160, pertaining to the property located at 4001 E. Hillsborough Avenue. (Review hearing to be scheduled on February 5, 2026 at 1:30 p.m.).

  2. File No. E2025-8

    CH 16 & 23.5 (UNAN; Miranda absent) – An Ordinance of the City of Tampa, Florida amending City of Tampa Code Chapter 16, Article III, Section 16-53 Regulation of Vehicles within Parks and Chapter 23.5, Section 25.5-5 Schedule of Violations and Penalties; said amendment providing for prohibitions and fines for improper operation of authorized motorized and non-motorized vehicles on multi-purpose trails within City Parks; repealing all ordinances or parts of ordinances in conflict therewith; providing for severability; providing an effective date. (Title of said substitute ordinance listed below) (Substitute ordinance being presented for second reading and adoption) – An Ordinance of the City of Tampa, Florida amending City of Tampa Code Chapter 16, Article III, Section 16-53 Regulation of Vehicles within Parks and Chapter 23.5, Section 25.5-5 Schedule of Violations and Penalties; said amendment providing for prohibitions and fines for improper operation of authorized motorized and non-motorized vehicles on multi-purpose trails within City Parks; repealing all ordinances or parts of ordinances in conflict therewith.

    Background

    This Ordinance is a public safety Ordinance amending the City of Tampa Code to prohibit wheelies and large groups of cyclists on Riverwalk, Bayshore Boulevard and other multimodal paths.

  3. File No. E2025-8

    CH 25 (Carlson & Miranda no) – An Ordinance of the City of Tampa, Florida, amending City of Tampa Code of Ordinances Chapter 25, Article i: Section 25-69, computation of amount of multi-modal transportation impact fee; repealing and replacing City of Tampa Code of Ordinances Chapter 25, Exhibit I; by increasing the multi-modal transportation impact fee; making findings; adopting an updated impact fee study; providing for adoption and imposition of amended multi-modal transportation impact fees; by repealing all ordinances or parts of ordinances in conflict therewith; providing for severability.

    Background

    The City of Tampa has completed an updated multi-modal transportation impact fee study,

  4. File No. E2025-8

    CH 27 Public Hearings on an ordinance of the City of Tampa, Florida, relating to Publicly Initiated Text Amendments, making revisions to City of Tampa Code of Ordinances; Amending Section 27-178, Parking requirements; Providing for severability; Repealing all ordinances or parts of ordinances in conflict therewith; Providing an effective date. (Second public hearing scheduled to be held on January 8, 2026 at 10:00 a.m.).

    Background

    The City of Tampa is required to hold public hearings on all proposed ordinances pursuant to Chapter 166, Florida Statutes, and pursuant to Section 27-149, City of Tampa Code of Ordinances and the City of Tampa proposes to adopt an ordinance requiring such public hearings held by City Council on December 18, 2025, and January 8, 2026.

  5. File No. DA25-19011

    Second Public Hearing relating to the Second Amendment to the Campus Development Agreement between the University of South Florida Board of Trustees and the City of Tampa, relating to the campus of the University of South Florida, Tampa, Florida, bounded approximately by Fowler Avenue to the south, Fletcher Avenue to the north, 30th Street to the west, and 50th Street to the east, including lands located easterly of 46th Street.

    Background

    The City of Tampa (“City”) entered into a Campus Development Agreement with the University of South Florida Board of Trustees, a public body corporate of the State of Florida (“USF”), dated April 2, 2007, as authorized by Resolution No. 2007-290, as amended by that certain First Amendment to Campus Development Agreement, dated December 18, 2015, as authorized by Resolution No. 2015-867, as further amended by that certain Amended First Amendment to Campus Development Agreement, dated June 16, 2016, as authorized by Resolution No. 2016-434 (collectively, the “Development Agreement”) pursuant to Section 1013.30, Florida Statutes and on December 10, 2024, USF adopted an amendment to the 2020-2030 campus master plan for the USF Tampa Campus in compliance with the requirements set forth in Section 1013.30, Florida Statutes.

    Pursuant to Section 1013.30, Florida Statutes, upon the adoption of an amendment to the campus master plan, the parties shall enter into an amendment to the Development Agreement and the City wishes to consider the approval of the Second Amendment to Campus Development Agreement by and between the City of Tampa and USF.

  6. File No. VAC-20-06

    – An ordinance of the City of Tampa, Florida, amending Ordinance No. 2021-6, passed and ordained on January 14, 2021, which vacated closed, discontinued and abandoned two rights-of-way located South of 26th Avenue, North of Plymouth Street, East of Taliaferro Avenue, and West of Nebraska Avenue, as more fully described below, to extend the five-year reverter clause five additional years to allow more time to commence vertical construction.

  7. File No. SU1-25-54-C

    Review Hearing on petition for review filed by Seema Patel/ELEVEN QOZ LLC, owner and applicant of the underlying decision, requesting a review hearing regarding a decision of the Zoning Administrator, SU1-25-0000054, pertaining to the property located at 2901 N. Albany Avenue.

  8. File No. FDN

    25-87-C Public hearing for City Council consideration of a Recommended Order relating to a Petition for Review for FDN 25-87 for the property located at 58 Albermarle Avenue. (Resolution setting public hearing adopted on October 23, 2025 – Resolution No. 2025-948).

    Background

    A hearing officer conducted a review hearing on September 5, 2025, pursuant to Code Section 27-61(j)(1)(c), and filed a Recommended Order overturning the decision of the Zoning Administrator and approving the Petition for Review.

  9. Administration Update.

  10. File No. CM24-5717

    Staff to present monthly reports, quarterly in-person, otherwise written reports on an update on the status of Station 24 to include reports from Fire Chief Barbara Tripp, Director of Contract Administration Richard Mutterback, and the Project Manager. In addition, this would include updates on the date for a groundbreaking.

  11. File No. MAM25-18253

    (Part 1 of 2)(See Item 50) (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution approving a Design-Build Services Agreement with a Guaranteed Maximum Price for Contract 23-C-00021-GMP01 South Howard Flood Relief Project Design-Build between the City of Tampa and Kimmins Contracting Corp., in the amount of $4,132,878.38.

    Background
    1. Contract Title: 23-C-00021 South Howard Flood Relief Project a. Address of Project: Parkland Estates, New Suburb Beautiful, Historic Hyde Park and Bayshore Gardens b. Number of bidders/submitters: N/A c. Names of bidders/submitters: N/A d. Dollar amount: $4,132,878.38 e. Why the awardee was selected: Selected pursuant to FS 287.055 CCNA (Consultants’ Competitive Negotiation Act).
    2. Contractor/Firm: Kimmins Contracting Corp.
    3. Business Case: Project provides for the design and construction of approximately 7,000 linear feet of stormwater conveyance, 11,800 linear feet of various sized water mains to be replaced/upgraded along South Howard Avenue within the watershed to alleviate flooding.
    4. Equal Business Opportunity (EBO) Statement: The EBO subcontract goal for GMP-01 has been calculated and subsequently confirmed by the Goal Set Review Committee at a 24% SLBE goal. The Design/Build contractor has acknowledged the narrowly tailored EBO subcontract goal.
    5. Sustainability and Resiliency: Project will include the development of practical green- solutions to improve stormwater quality and provide sustainable concepts that can be incorporated into the project both as part of the proposed stormwater infrastructure, within the project area that align with the goals of the CITY’s “Green Tampa” Initiatives and the individual focus areas that are part of that program. This shall include Best Management Practices (BMP) and two alternate options for green infrastructure to be used, where appropriate, throughout the project. Wetland and surface water seasonal highwater levels will be identified along the project corridors.
    6. Community Engagement: Project will include an Initiation/Listening phase that will occur when the project is presented to the Stakeholders. Stakeholder interactions will present the project context with goals and benefits and provide opportunities to listen to and document stakeholder input regarding their ideas, concerns, and priorities. This phase will also provide stakeholders with direct responses and contribute to the development of an FAQ document, with the assistance of other project team members, addressing the more common questions and/or concerns.
    7. Project: a. Contract delivery method: This is a Design-Build project. A full-time City of Tampa Construction Inspector will be on-site during the project to ensure quality of construction.

    Project scope generally includes data collection, public outreach, engineering design, permitting assistance, and negotiation of a guaranteed maximum price (GMP) for construction of a new major stormwater trunk line that runs the length of the project corridor. The project includes full replacement of the improvements within the rights-of-way of S. Howard Avenue and replacement of impacted surface improvements in all the other rights-of-way along the main corridor.

    This Guaranteed Maximum Price (GMP 1) provides for early work efforts to include, but not limited to: maintenance of traffic (MOT), site preparation, installation of water mains, and roadway reconstruction.

    b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 150 consecutive calendar days.

    • The e-Builder project management software system will be utilized to optimize the monitoring of schedules and costs. This software was recently purchased by the City of Tampa and is a premier system for construction project management.

  12. File No. MAM25-18258

    (Part 2 of 2)(See Item 49) (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution making certain changes in the budget of the City of Tampa for the fiscal year ending September 30, 2026; approving the transfer, reallocation, and/or appropriation of $3,178,263 for the South Howard Flood Relief & Streetscape Project for use by Mobility Department within the Water Renewal and Replacement Fund.

    Background

    This project provides for the design and construction of approximately 7,000 linear feet of stormwater conveyance, 11,800 linear feet of various sized water mains to be replaced/upgraded, and 3,200 linear feet of gravity sewer to be relocated along South Howard Avenue within the watershed to alleviate flooding. The total agreement is for $4,132,878.38 of which $3,178,263 is for Water related work.

    This resolution reallocates $3,178,263 from the Water Distribution Program Project to the South Howard Flood Relief & Streetscape Project for use by the Mobility Department within the Water Renewal and Replacement Fund.

  13. File No. F25-18616

    Resolution making certain changes in the budget of the City of Tampa for the fiscal year ending September 30, 2025; approving the transfer, reallocation, and/or appropriation of $334,748.48 for the Comprehensive Infrastructure for Tampa’s Neighborhoods Project for use by Infrastructure and Mobility Administration Department within the Central Tampa Tree Trust Fund, South Tampa Tree Trust Fund, and Citywide Capital Project Improvements Fund.

    Background

    This resolution provides $334,748.48 to plant trees within Virginia Park and McFarlane Park as part of the Comprehensive Infrastructure for Tampa’s Neighborhoods Project for use by the Infrastructure and Mobility Administration Department within the Central Tampa Tree Trust Fund, South Tampa Tree Trust Fund, and Citywide Capital Improvements Fund.

  14. File No. DEO25-19736

    (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution approving a Community Benefits Agreement by, between and among the City of Tampa, Florida, Tampa Museum of Art, Inc., and Tampa Museum of Art Foundation, Inc., that establishes the minimum community benefits required in connection with a $24,750,000.00 grant from the City of Tampa Community Redevelopment Agency for the construction of improvements and alterations to be made to the Tampa Museum of Art building located at 120 W. Gasparilla Plaza, Tampa, FL.

    Background

    A Resolution approving a Community Benefits Agreement between the City of Tampa, Florida, Tampa Museum of Art, Inc. and Tampa Museum of Art Foundation, Inc. This Resolution establishes the minimum community benefits required in connection with a $24,750,000 grant from the City of Tampa Community Redevelopment Agency to the Tampa Museum of Art that was approved on November 14, 2024. The approved Resolution from the Community Redevelopment Agency has been included as supporting material.

  15. File No. INF25-19521

    (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution approving an award between the City of Tampa and Brenntag Mid-South, Inc. for the provision of Liquid Caustic Soda (Sodium Hydroxide) over a 24-month term in the estimated amount of $7,153,920 for use by the Water and Wastewater Departments.

    Background
    1. Department or Location of Project: Various Departments
    2. Total number of vendors that accessed and downloaded bid: 26
    3. Number and List of bidders: 5; Brenntag Mid-South, Inc., Univar Solutions USA LLC, Allied Universal Corporation, Harcros Chemicals Inc., Odyssey Manufacturing Co.
    4. Award amount: $7,153,920
    5. Why the winning bid was selected: The lowest, responsive, and responsible bidder.

    It is recommended that the City award Liquid Caustic Soda (Sodium Hydroxide) to Brenntag Mid-South, Inc. for use by various departments. The term of the award is for a (2) two-year) term with (2) two additional (2) two-year renewal options. The Department has reviewed and approved the bid response from Brenntag Mid-South, Inc. and comments were supplied via Department recommendation letter.

    Pursuant to the review by the Equal Business Opportunity (EBO) Division, it was determined that SLBE participation goals were not prescribed in the solicitation because 2 or more firms were not ready, willing, and able.

  16. File No. INF25-19549

    (Part 1 of 2)(See Item 55) (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution approving a Design-Build Services Agreement with a Guaranteed Maximum Price (GMP-1) for Contract 24-C-09001-GMP01 FY24 Citywide Distribution Watermain Improvements Design-Build between the City of Tampa and Kimmins Contracting Corp., in the amount of $4,132,878.38; proving an effective date.

    Background
    1. Contract Title: 24-C-09001-GMP01 FY24 Citywide Distribution Watermain Improvements Design-Build a. Dollar amount: $4,132,878.38 b. Why the awardee was selected: Selected Pursuant to FS 287.055 CCNA.
    2. Contractor/Firm: Kimmins Contracting Corp.
    3. Business Case: Project scope includes coordination and scheduling during the permitting and design phase, cost estimating, construction engineering and inspection (CEI), public relations, administering subcontracts and all related work required for a completed project.
    4. Sustainability and Resiliency: 24-C-09001, FY24 Citywide Distribution Watermain Improvements Design-Build provides for design and construction for various non-contiguous distribution water infrastructure improvements throughout the City’s water service area.
    5. Community Engagement: The CAD Construction, Engineering and Inspection (CAD-CEI) team will assist the Contractor in the communication efforts to ensure transparency and integration of the stakeholders.
    6. Project: a. Contract delivery method: This is a Design-Build project. A full-time City of Tampa Construction Inspector will be on-site during the project to ensure quality of construction.

    Services will be provided under a task order contract for a negotiated Guaranteed Maximum Price (GMP).

    This Guaranteed Maximum Price (GMP 1) provides for construction of approximately 2,760 linear feet of various sized water mains to be replaced in W. Morrison Avenue, W. Watrous Avenue, S. Albany Avenue, and W. Southview Avenue. The work also includes roadway resurfacing on roads with a poor Pavement Condition Index.

    4.Equal Business Opportunity (EBO) Statement: The EBO subcontract goal for GMP-01 has been calculated and subsequently confirmed by the Goal Set Review Committee at a 17.5% SLBE goal.

    b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • GMP01 is scheduled for 150 consecutive calendar days.

    • The Trimble project management software system will be utilized to optimize the monitoring of schedules and costs. This software was recently purchased by the City of Tampa and is a premier system for construction project management.

  17. File No. INF25-19548

    (Part 2 of 2)(See Item ) (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution making certain changes in the budget of the City of Tampa for the fiscal year ending September 30, 2026; approving the transfer, reallocation, and/or appropriation of $954,617 for the Citywide Water Main Replacement Project for use by Water Department within the Local Option Gas Tax Capital Fund.

    Background

    The City is awarding a design-build agreement – GMP 1 to Kimmins Contracting Corp., in the amount of $4,132,878.38, for construction of approximately 2,760 linear feet of various sized water mains to be replaced in W. Morrison Avenue, W. Watrous Avenue, S. Albany Avenue, and W. Southview Avenue (part 1 of 2). The work also includes arborist services, maintenance of traffic, site preparation, roadway reconstruction, and landscape/irrigation restoration. Water Department-related work totals $3,178,262.20 and those funds are currently available within the Citywide Water Main Replacement Project. This resolution provides funding for Mobility Department-related work totaling $954,616.18, reallocating $954,617 from the Resurfacing Project to the Citywide Water Main Replacement Project for use by the Water Department within the Local Option Gas Tax Capital Fund.

  18. File No. INF25-19564

    (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution authorizing Change Order 1 for renewal of Contract 25-C-00012, Wastewater Gravity Sewer Rehabilitation by Cured-in-Place Pipe (CIPP) – FY25, between the City of Tampa and Insituform Technologies, LLC in the amount of $3,349,124; authorizing execution of said Change Order by the Mayor of the City of Tampa.

    Background
    1. Contract Title: 25-C-00012 Wastewater Gravity Sewer Rehabilitation by Cured-in-Place Pipe (CIPP) – FY25 a. Address of Project: Various locations throughout the City.
    2. Contractor/Firm: Insituform Technologies, LLC 3.Business Case: a. This project provided for the rehabilitation of gravity sewers from 8-inch diameter to 36-inch diameter at various locations throughout the City of Tampa Wastewater Department’s service area.
    3. Equal Business Opportunity (EBO) Statement: Insituform Technologies, LLC, the prime contractor, has utilized one (1) City of Tampa certified firm for subcontracting.
    4. Sustainability and Resiliency: The project serves to rehabilitate deteriorated and failing sewers in an expeditious manner.
    5. Community Engagement: N/A
    6. Project: a.Contract delivery method: This is a Design-Bid-Build project.

    b. Names of bidders/submitters: Insituform Technologies, LLC c. Dollar amount: • The Original Contract Amount was $3,349,124.00, • This Renewal Change Order 1 is an additional $3,349,124.00 which will bring the new total for the Contract to $6,698,248.00.

    b. This Renewal Change Order 1 provides for the first of two one-year contract renewals. The work includes cleaning, detuberculation and inspection, sewage bypass pumping, re- establishing service connections, lateral grouting post CIPP lining, maintenance of traffic, surface restoration, and all associated work required for a complete project. The extended completion date is established as 03/04/2027.

    b. Placemaking: N/A c. Quality Assurance: A full-time City of Tampa Construction Inspector will be on-site during the project to ensure quality of construction.

  19. File No. INF25-19567

    (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution approving a Design-Build Services Agreement with a Guaranteed Maximum Price (GMP-1) for Contract 24-C-00008-GMP01 Howard F. Curren Advanced Wastewater Treatment Plant Administration Building HVAC Replacement Design-Build between the City of Tampa and Biltmore Construction Co., Inc., in the amount of $11,354,205.

    Background
    1. Contract Title: Howard F. Curren AWTP Administration Building HVAC Replacement, Design-Build Project Guaranteed Maximum Price (GMP) No. 1 a. Address of Project: 2545 Guy N. Verger Blvd.
    2. Contractor/Firm: Biltmore Construction Co., Inc.
    3. Community Engagement: N/A
    4. Project: a. Contract delivery method: This is a Design-Build project. A full-time City of Tampa Construction Inspector will be on-site during the project to ensure quality of construction.

    b. Number of bidders/submitters: N/A c. Names of bidders/submitters: N/A d. Dollar amount: $11,354,205.00 e. Why the awardee was selected: N/A

    3.Business Case: This agreement provides the GMP No.1 of $11,354,205.00 for the construction phase services for the replacement of the heating, ventilation, and air conditioning system and other improvements for Administration Building located at the Howard F. Curren Advanced Wastewater Treatment Plant located at 2545 Guy Verger Blvd. The construction phase services shall include, but not be limited to, demolition, furnishing, installation, construction, and all required services to complete the project.

    4.Equal Business Opportunity (EBO) Statement: The EBO subcontract goal for GMP-01 has been calculated and subsequently confirmed by the Goal Set Review Committee at a 15% goal.

    5.Sustainability and Resiliency: The new HVAC system will provide improved energy efficiency and sustained reliability for maintaining proper room temperature and humidity level, which is critical for the Analytical Laboratory’s operations. The new HVAC system will also bring the ventilation and fume hood exhaust systems up to current industry standards.

    b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget): • 368 consecutive calendar days.

    • The e-Builder project management software system will be utilized to optimize the monitoring of schedules and costs. This software was recently purchased by the City of Tampa and is a premier system for construction project management.

  20. File No. INF25-19733

    (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution approving contract Change Order 3 adding $6,000,000 to the contract between the City of Tampa and Dallas 1 Corporation DBA Dallas 1 Construction & Development for Contract 22-C-34002, construction of Citywide Meter, Hydrant and Valve Installation and Replacement; authorizing execution of said change order by the Mayor of the City of Tampa.

    Background
    1. Background: a. Contract Title: 22-C-34004, City-wide Meter, Hydrant and Valve Installation and Replacement b. Dollar amount: $6,000,000 c. Why the awardee was selected: Selected Pursuant to FS 287.055 CCNA.
    2. Contractor/Firm: Dallas1 Corporation 3.Business Case: Project provides for furnishing and installing miscellaneous water main appurtenances ranging in size from 2” to 16” in diameter at various locations throughout the City of Tampa water service area. Related work also includes concrete masonry, curbs and sidewalks, paving, landscaping, grouting, brick street construction and miscellaneous water maintenance. Work will be performed on a work order basis.
    3. Equal Business Opportunity (EBO) Statement: EBO Office to provide.
    4. Sustainability and Resiliency: The project provides for water distribution system improvements and emergency responses at various locations throughout the City. This project is consistent with Transforming Tampa’s Tomorrow goal of Sustainability and Resiliency and is an integral part of the Water Department’s Asset Management Program.
    5. Community Engagement: The Water Public Relations and CAD Construction, Engineering and Inspection (CAD-CEI) team will assist the Contractor in the communication efforts to ensure transparency and integration of the stakeholders.
    6. Project: a. Contract delivery method: This is a Competitive -Bid project. A full-time City of Tampa Construction Inspector will be on-site during the project to ensure quality of construction.

    Change Order 1 provided for continual services; the contract completion date was changed, this was the first of two renewals.

    Change Order 2 provided for continual services; the contract completion date was changed, this is the final of two renewals.

    Change Order 3 provides for continual services to complete the existing work orders that were issued prior to contract expiration date.

    b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 365 consecutive calendar days.

    • The e-Builder project management software system will be utilized to optimize the monitoring of schedules and costs. This software was recently purchased by the City of Tampa and is a premier system for construction project management.

  21. File No. MAM25-19519

    (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution approving the renewal of an award between the City of Tampa and Sun Civil LLC, without a price escalation, for the Installation, Maintenance, Repair and Remodel of Traffic Control Systems for the Mobility Department in the estimated amount of $7,500,000 for use by the Mobility Department.

    Background

    It is recommended that the City renew its existing award with Sun Civil LLC for the provision of Installation, Maintenance, Repair & Removal of Traffic Control Systems for use by the Mobility Department, Transportation Services for an additional one-year term. The existing award was made in January 2025. This award is in its original award term.

    Sun Civil LLC provides excellent service, quality of product and performance. The Mobility Department, Transportation Services has reviewed the prices and feels that it is in the best interest of the City to renew the award for an additional one year period. Sun Civil LLC has agreed to renew Installation, Maintenance, Repair & Removal of Traffic Control Systems without a price escalation which is allowed per the bid.

    Pursuant to the review by the Equal Business Opportunity (EBO) Division, this one year renewal contract is in compliance.

  22. File No. CM25-19257

    Tampa Police Department and Mobility Department to appear in person, to provide the public and City Council a verbal staff report on current initiatives taking place to ensure Ybor City and 7th Avenue are a safe and pedestrian friendly environment; further, following the presentation, City Council to discuss possible options to further enhance safety for the residents and businesses.

  23. File No. CM25-17928

    Parks & Recreation Staff to report on a roll out plan for inclusive playground equipment at parks outside of the CRA, specifically south and north Tampa; in addition, that staff clarify if it is now standard practice to include inclusive play equipment as part of major park improvements (ex: Washington St Park) and new parks (ex: K Bar Ranch).

  24. File No. CM25-18612

    Staff to present an in-person report to include the following data related to the General Fund, Stormwater Service Fund, and each Enterprise Fund: Preliminary Revenue for FY25 by major and minor category for the FY25 adopted budget, FY25 Preliminary Year End, and the variance between the two; Preliminary change in fund balance from October 1, 2024 to September 30, 2025, schedules to include any reserves or other commitments identified to arrive at the actual unallocated balance; detail of general fund variance by department for personnel expense and other operating expense; and a list of financial resolution from September 1, 2025 to November 30, 2025 that had an impact on the General Fund FY25 budget; further, that staff be requested to work with Hagar Kopesky, City Council Budget Analyst.

  25. File No. CM25-16988

    Staff to return with a draft ordinance amendment to enable homeowners, where homes were damaged (51% or more) by Hurricanes Milton or Helene, to be grandfathered into the old sidewalk rate ($29/linear foot) until December 31, 2025.

  26. File No. CM25-19134

    Staff to return with an in-person report on interdepartmental agreements.

  27. File No. CM25-19738

    Resolution formally repudiating the use of the word “retarded” to refer to persons or to refers to person’s intellectual capacity; calling on all community leaders, elected officials and citizens to repudiate the use of the so-called R word and to, consistent with the City of Tampa’s policy on persons with disabilities, treat person with disabilities with respect and dignity.

    Supporting Documents:

  28. File No. CM25-19445

    Tampa Police Department Staff and other relevant staff to provide a written report on the placement of a plaque to honor the late Officer Morris Lopez on 7th Avenue near 16th Street in Ybor City. (If written report is not sufficient, an in-person staff report will be held on January 8, 2026) .

  29. File No. CM25-19446

    Staff to provide a written update on Construction Fee Study and the Land Development Fee Study.

Michael Bishop Avatar

About the Author

Support Tampa Monitor

Your donation helps us continue our work. Every contribution makes a difference.

Discussion

Leave a Reply

Your email address will not be published. Required fields are marked *

Support Our Work

The Tampa Monitor is a project aimed at bringing awareness to what is happening at Tampa City Hall before there is a vote. Your support helps keeps the machines running and the Cafe Con Leche flowing.