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. Document links point to our mirrored copies for long-term stability. For original documents, refer to the official draft agenda from the clerk in Onbase.
Agenda
CM26-22099 Commendation of Presentation to the Tampa Water Department acknowledging May 3-9, 2026 as “Drinking Water Week”.
Council to present a resolution to Zoo Tampa honoring the life and legacy of Lucy, the Florida Panther Ambassador.
Emergency Management and City Planning Staff to present a 10-minute presentation on the completed City of Tampa Post-Disaster Redevelopment Plan, that will also include additional information in preparation for hurricane season.
Resolution approving, consenting to and confirming the appointment by the Mayor of Jon Epps as a member of the Affordable Housing Advisory Committee (Non-Profit Provider of Affordable Housing), commencing on April 2, 2026, and ending July 31, 2027.
Background
The Mayor has appointed Jon Epps to complete an unexpired term on the Affordable Housing Advisory Committee to fill the position of a non-profit affordable housing provider of affordable housing. The position was previously held by Catherine Coyle, who resigned prior to the end of the term. The term of Jon Epps would run from April 2, 2026, through July 31, 2027.
Resolution confirming the appointment of Edwin Narain to the City Council Citizens Advisory Budget and Finance Committee.
Supporting Documents:
Resolution confirming the appointment of Tarah Bluma to the City Council Citizens Advisory Budget and Finance Committee.
Supporting Documents:
Resolution of the City of Tampa, Florida approving Participation Addendum Number 24823 under NASPO ValuePoint Cooperative Purchasing Agreement No. 24823 for the purchase of Police Lidar Speed Enforcement Package from Applied Concepts, Inc. dba Stalker Radar in the total amount of $28,450 for use by the Tampa Police Department.
Background
It is recommended that the City of Tampa purchase police LIDAR speed enforcement equipment, speed advisory systems, and related accident scene reconstruction technology from Applied Concepts, Inc. d/b/a Stalker Radar, utilizing the NASPO ValuePoint Cooperative Purchasing Agreement No. 24823, led by the State of Washington Department of Enterprise Services. This cooperative contract was competitively solicited through the NASPO ValuePoint program in partnership with multiple states.
The use of this cooperative agreement is in lieu of conducting a separate City solicitation, as it provides a competitively awarded contract that meets the City’s procurement requirements while allowing for expedited acquisition and administrative efficiency. Utilizing this contract avoids duplication of the competitive solicitation process, reduces procurement lead time, and ensures the City is receiving pricing and terms that have already been publicly competed and evaluated on a national level.
To utilize this contract, the City will execute a Participating Addendum with the contractor, incorporating the NASPO ValuePoint terms and formally establishing the City of Tampa as an authorized purchasing entity. By leveraging this nationally competed cooperative agreement, the City benefits from pre-established pricing, terms, and conditions, while ensuring the Tampa Police Department is equipped with reliable and industry-proven technology to support traffic enforcement operations, enhance roadway safety, and improve accident scene investigations.
Equal Business Opportunity (EBO) Statement: There was no EBO Participation as this purchase is being made under Police Radar Lidar Speed Enforcement & Accident Scene Reconstruction NASPO contract No. 24823.
Resolution approving the purchase under Houston-Galveston Area Council of Governments (“H-GAC”) Cooperative Purchasing Program Contract No. FS12-23 for a Hostage Negotiation Team Vehicle from Emergency Vehicles, Inc. in the estimated amount of $431,950 for use by the Tampa Police Department.
Background
It is recommended that the City utilize the Houston-Galveston Area Council (H-GAC) Cooperative Purchasing Program contract with Emergency Vehicles, Inc. for the purchase of a Hostage Negotiation Vehicle for the Tampa Police Department in the estimated amount of $431,950.00. The H-GAC contract was competitively solicited and awarded by the lead purchasing agency and is available for use by participating governmental entities.
Funding for this purchase will be provided through the FY 2024 Urban Area Security Initiative (UASI) Grant Program, as well as the General Fund. The FY 2024 Urban Area Security Initiative (UASI) Grant Program supports regional preparedness and response capabilities for public safety agencies. Utilizing the H-GAC cooperative contract allows the City of Tampa to take advantage of competitively established pricing and pre-negotiated terms while eliminating the need to conduct a separate solicitation. This procurement method provides administrative efficiency, ensures compliance with public procurement standards, and supports the Tampa Police Department’s operational needs for specialized equipment used in critical incident response and hostage negotiation situations.
Equal Business Opportunity (EBO) Statement: There was no EBO Participation as this purchase is being made under H-GAC Fire Apparatus and Related Vehicles Contract No. FS12-23.
(Part 1 of 2)(See Item 10) Resolution approving a sub-recipient agreement between the Office of the State Attorney for the 13th Judicial Circuit in and for Hillsborough County (“SAO”) and City of Tampa (“CITY”) on behalf of the Tampa Police Department (“TPD”) for purposes of expanding law enforcement’s capability to protect public safety in Ybor City and enhance evidence collecting tools for purposes of prosecution.
Background
The SAO will pay the CITY $500,000 from specific appropriation 897 of Chapter 2024-23, for purposes purchasing drones, software, and any necessary training for the use of said drones or software for TPD (hereinafter “the Grant”); and The funding described above and the purchase by CITY for TPD of this technology will be for the use of drones in Ybor City on a routine and regular basis in order to enhance public safety, provide real-time information to law enforcement, monitor large crowds, assist with crime-scene investigations, and document evidence. The funding is to provide dedicated use of drone technology by TPD as part of its overall public safety plan for Ybor City; and as a condition of receiving these grant funds, CITY shall comply with all applicable Florida Statutes and accepting this Grant will provide a public safety benefit to the citizens of Tampa
Supporting Documents:
(Part 2 of 2)(See Item 9) 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 $500,000 within the Police Grants Fund for use by the Tampa Police Department for the 2026 Drone Purchase Agreement Sub Grant.
Background
This resolution appropriates $500,000 within the Police Grants Fund for use by the Tampa Police Department for the purchase of drones and drone related software.
Supporting Documents:
Resolution of the City of Tampa approving a Galls Specialized Agreement between the City of Tampa and Galls, LLC for the purchase of Uniforms and Related Products and Services from Galls, LLC under the Sourcewell Contract # 011124 in the estimated amount of $1,140,000 for use by the Tampa Police Department.
Background
It is recommended that the City of Tampa purchase uniforms and related products and services from Galls, LLC under Sourcewell Contract No. 011124 – Uniforms with Related Products and Services. This cooperative contract was competitively solicited and awarded by Sourcewell through RFP #011124, establishing nationally benchmarked pricing, terms, and conditions for eligible governmental entities. The City will execute a vendor agreement with Galls, LLC, consistent with the Sourcewell contract requirements, to authorize the City’s use of this cooperative contract. Utilizing this nationally competed cooperative purchasing contract allows the City to leverage volume-based pricing and standardized terms, resulting in competitive pricing, reduced administrative costs, and a more efficient procurement process than conducting a separate City solicitation.
Equal Business Opportunity (EBO) Statement: There was no EBO Participation as this purchase is being made under Sourcewell Contract No. RFP#011124.
(Part 1 of 2)(See Item 13) Resolution approving an Interlocal Agreement between the City of Tampa and Hillsborough County for improving and expanding Prehospital Emergency Medical Services which accepts a Sub-Grant in the amount of $45,494.05 as provided by the Florida Department of Health.
Background
The Florida Department of Health has established the 2025–2026 EMS County Funds, providing for quarterly direct disbursement of funds to each county’s Board of County Commissioners without requiring submission of a grant application or resolution. The Florida Department of Health has allocated to Hillsborough County the total sum of One Hundred Two Thousand Thirteen Dollars and Twenty Cents ($101,097.90) for the purpose of improving and expanding prehospital emergency medical services within Hillsborough County. Through this Interlocal agreement, Hillsborough County will transfer Forty-Five Thousand Nine Hundred Five Dollars and Ninety-Four Cents ($45,494.05) to the City of Tampa to support prehospital emergency medical services within the CITY’s jurisdictional boundaries. There is no match required for this opportunity. The City of Tampa has previously entered into similar Agreements pursuant to Resolution No. 2021-1, Resolution No. 2022- 230, Resolution No. 2023-312, and Resolution No. 2024-930 passed and adopted by the City Council on January 14, 2021, March 17, 2022, April 6, 2023, and October 17, 2024, respectively.
(Part 2 of 2)(See Item 12) 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 $45,494.05 within the Fire Advance Payment Grants Fund for use by Tampa Fire Rescue for the 2026 Hillsborough County EMS Sub Grant.
Background
This resolution appropriates $45,494.05 within the Fire Advance Payment Grants Fund for by Tampa Fire Rescue for the 2026 Hillsborough County EMS Sub Grant.
Supporting Documents:
Resolution of the City of Tampa approving a Specialty Trailer Purchase Agreement between the City of Tampa and JHB Group, Inc. for the purchase of a Fire Safety Trailer for public education purposes from JHB Group, Inc. under the Sourcewell Contract #102325-JHB in the estimated amount of $239,925.07 for use by the Tampa Fire Rescue Department.
Background
It is recommended that the City purchase a public education trailer under Sourcewell Contract #102325-JHB. This cooperative contract was competitively sourced with 66 proposals received by the leading agency. In comparing the prices of Sourcewell Contract #102325-JHB to the open market, the base price is $237,471.50. The City saves $4,749.43 by purchasing from Sourcewell Contract #102325-JHB.
Equal Business Opportunity (EBO) Statement: There was no EBO participation as this purchase is being made under Sourcewell Contract #102325-JHB.
Supporting Documents:
Resolution approving additional expenditures within existing awards between the City of Tampa and Advanced Recreational Concepts, LLC, Kompan, Inc., Laub’s Drainage & Flexi Pave, LLC, Bliss Products and Services, Inc., Lanier Plans, Inc. dba Korkat, Rep Services, Inc., and Playmore West, Inc. for Parks Site Furnishings, Playgrounds, Equipment and Surfacing, Installation, Repairs and Replacement in the estimated amount of $500,000 for a cumulative total expenditure of $2,000,000 for use by the Parks and Recreation Department.
Background
It is recommended that the City approve a buy-add for additional funding for Parks Site Furnishings, Playgrounds, Equipment and Surfacing, Installation, Repairs and Replacement due to increases in citywide parks furnishings, and playground equipment. Parks Site Furnishings, Playgrounds, Equipment and Surfacing, Installation, Repairs and Replacement bid was approved for $4,500,000 by the City Council on January 13, 2022 and renewed for $1,500,000 on April 3, 2025. The Parks and Recreation Department is requesting to add $500,000 for a cumulative total of $2,000,000 for the remainder of the extended award period which terminates July 12, 2026.
Equal Business Opportunity (EBO) Statement: Pursuant to the review by the Equal Business Opportunity (EBO) Division, this contract is in compliance.
Supporting Documents:
Resolution approving an award between the City of Tampa and Russell Landscape Florida, LLC for the furnishing of I-4 Interstate and Downtown Interchanges Grounds Maintenance (Bid Discount) in the estimated amount of $272,272 for use by the Parks and Recreation Department.
Background
- Department or Location of Project: Parks and Recreation
- Total number of vendors that accessed and downloaded bid: 64
- Number and List of bidders: 9, 4678Landscaping, Inc., Bay Light LLC, Greenturf Services, Inc., J&K Lawncare Specialists LLC, Leaf and Limb Services LLC, Marathon Lawn Care, Inc., New Air Systems, Inc., Rock & Rose Lawn Care, and Russell Landscape.
- Award amount: $272,272.00
- Why the winning bid was selected: The City of Tampa Parks and Recreation Department recommends awarding this to Russell Landscape Florida LLC as the lowest, responsive, and responsible bidder for I-4 Interstate and Downtown Interchanges Grounds Maintenance (Bid Discount).
It is recommended that the City award I-4 Interstate and Downtown Interchanges Grounds Maintenance (Bid Discount) to Russell Landscape Florida, LLC for use by the Parks and Recreation Department. The term of the award is for a (1) one-year term with three (3) additional (1) one-year renewal options. The Department has reviewed and approved the bid response from Russell Landscape Florida, LLC and comments were supplied via Department
Resolution approving a Social Action & Arts Fund Services Agreement between the City of Tampa, Florida and Franciscan Center, a Florida not-for-profit corporation, to support programs that support mental wellness and health in the amount of thirteen thousand four hundred twenty dollars ($13,420).
Background
It is in the public interest of the City of Tampa (“City”), to receive services from the Franciscan Center (Agency Name) for the residents of the City who are desirous of such services; and The City has determined that the best interests of its citizens shall be served by entering into an agreement with the Agency for the furnishing of services and/or facilities provided by the Agency; and It is the desire of the parties to establish the terms and conditions under which the terms of this Agreement shall be implemented; and The term of this Social Action & Arts Fund Services Agreement shall commence on the Effective Date and expire September 30, 2026; and The City shall reimburse the Agency in an amount not to exceed Thirteen Thousand, Four Hundred And Twenty ($13,420) to support Programs that Support Mental Wellness and Health.
Supporting Documents:
Resolution approving a Social Action & Arts Fund Services Agreement between the City of Tampa, Florida and Cornerstone Kids, a Florida not-for-profit corporation, to promote afterschool programming for elementary-aged students in the Tampa Heights community in the amount twenty thousand dollars ($20,000), authorizing the execution thereof by the Mayor of the City of Tampa.
Background
It is in the public interest of the City of Tampa (“City”) to receive services from Cornerstone Kids (“Agency”) for the residents of the City who are desirous of such services; and the City has determined that the best interests of its citizens shall be served by entering into an agreement with the Agency for the furnishing of services and/or facilities provided by the Agency; and it is the desire of the parties to establish the terms and conditions under which the terms of this Agreement shall be implemented; and the term of this Social Action & Arts Fund Services Agreement shall commence on the Effective Date and expire September 30, 2026, with no guaranteed renewal for subsequent terms; and the City shall reimburse the Agency in an amount not to exceed Twenty Thousand Dollars ($20,000) for the purpose of Afterschool Program for elementary aged students in the Tampa Heights community.
Supporting Documents:
Resolution approving a contract between the City of Tampa and the United States Department of Housing and Urban Development (HUD); providing One Hundred and Seven Thousand Eight Hundred Dollars ($107,800) for services provided through the Tampa office of Human Rights for case processing, administrative costs, Training and Special Enforcement Effort (SEE) funding for dually filed housing discrimination complaints by the Tampa Office of Human Rights for Fiscal Year 2025.
Background
Contract between the City of Tampa and United States Department of Housing and Urban Development (HUD) to reimburse the City for case processing, administrative costs, Training and Special Enforcement Effort (SEE) funding for dually filed housing discrimination complaints by the Tampa Office of Human Rights for Fiscal Year 2025 in the City performed between October 1, 2025, and September 30, 2026.
Supporting Documents:
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 $85,248 for the 100 Youth Leadership Program for fiscal year 2026 appropriation.
Background
The FY2026 City of Tampa’s annual budget included $85,248 for the 100 Youth Leadership Program. The funds were budgeted in the Development and Economic Opportunity Department, but the program is performed under the Neighborhood Community Partnerships Department.
CH 28 Special Event Permit: K-Pop Asian Night Market- Harrison St from Orange Ave to Hank Ballard St, Central Ave from Harrison St to Ray Charles Blvd.- April 24-26, 2026.
Supporting Documents:
CH 28 Special Event Permit: Be Out Day Tampa Bay- Harrison St from Orange Ave to Hank Ballard St, Central Ave from Harrison St to Ray Charles Blvd.- May 30, 2026.
Supporting Documents:
Resolution of the City of Tampa, Florida, approving additional expenditures within an existing Standardization Award between the City of Tampa and CUES, Inc., under the CUES, Inc. Terms and Conditions of Sale, for the purchase of CCTV Equipment, Parts and Service from CUES, Inc. in the estimated amount of $480,000 for a cumulative total expenditure of $1,029,999, over a three-year term, for use by the Wastewater Department.
Background
The Wastewater Department has standardized to CCTV Parts and Service from Cues, Inc.
Standardization to this equipment and service ensures cost reduction, interoperability because of familiarity among staff, maintenance efficiency and reduced cost of inventory maintenance for parts and uninterrupted delivery of service, reduction of redundancy and costly expenditures for implementation of a new service. It is recommended that the City purchase CCTV Parts and Service.
Equal Business Opportunity (EBO) Statement: There was no EBO Participation as this purchase is being made under a standardization.
Supporting Documents:
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 $250,000 for the D.L. Tippin Water Treatment Facility Utility Water Loop Project for use by the Water Department within the Water Renewal and Replacement Fund.
Background
This project provides for the replacement and upgrade of approximately 3,900 linear feet of water main ranging from 4 to 16 inches in diameter at the water treatment plant, with the goal of improving flow and pressure of process/utility water used throughout the plant. The total project amount is $2,632,442.39 with the department initially purchasing $250,000 of materials for the project.
This resolution reallocates funds in the amount of $250,000 from Water Production Program Project to the D.L. Tippin Water Treatment Facility Utility Water Loop Project for use by the Water Department within the Water Renewal and Replacement Fund.
Supporting Documents:
(Part 1 of 3)(See Items 26 & 27) Resolution approving Standard Grant Agreement No. VW414 between the City of Tampa and the State of Florida Department of Environmental Protection.
Background
The City of Tampa has applied for grant funding in the amount of $995,910 from the State of Florida Department of Environmental Protection for the Class 4-7 Garbage Truck Project. The State of Florida Department of Environmental Protection has approved the City of Tampa’s application for funding for the Class 4-7 Garbage Truck Project and the City of Tampa desires to accept the awarded grant. The grant funds will be used for the purchase of three new Class 4-7 garbage trucks to replace higher-emitting diesel Class 4-7 trucks.
This Grant Agreement requires the Grantee to complete four tasks.
For Task 1, the Grantee will identify the existing eligible diesel trucks that the Grantee proposes to scrap and submit specific information to the Department on Worksheet 1 (Diesel Truck Eligibility Certification) for the Department’s review and approval.
For Task 2, the Grantee will purchase and receive delivery of new trucks.
For Task 3, the Grantee will complete the scrapping process and submit a completed Worksheet 2 (Certificate of Truck Engine and Chassis Destruction) for each scrapped truck.
For Task 4, the Grantee will submit to the Department documentation of the purchase and receipt of the new trucks, including a photo of each new truck, an invoice for each truck, proof of payment for each truck, a Summary Detail Spreadsheet, and a completed and signed Exhibit B Property Reporting Form.
There is no match required for this funding opportunity.
Supporting Documents:
(Part 2 of 3)(See Items 25 & 27) Resolution approving the purchase under Florida Sheriff’s Association Contract No. FSA25-VEH23.0 of Three (3) Battle Motors Striker Diesel with Loadmaster 16-yard Rear Loader Vehicles from Container Systems & Equipment Co., Inc. in the total amount of $995,910 for use by the Department of Solid Waste & Environmental Program Management.
Background
It is recommended that the City purchase under the Florida Sheriffs Association Contract No. FSA25-VEH23.0, Heavy Trucks and Buses. This cooperative contract was competitively sourced with (28) twenty-eight bids responsive bids awarded by the leading agency. In comparing the prices with the Florida Sheriffs Association Contract No. FSA25-VEH23.0, for the Battle Motor Striker Diesel with Loadmaster 16 Yard Rear Loader to the open market, the unit cost of this vehicle is $354,263 each and a total cost for three (3) of $1,062,789. The City saves $22,293 per vehicle for a total saving of $66,879 by purchasing the three (3) Battle Motors Striker Diesel with Loadmaster 16 Yard Rear Loader from the Florida Sheriffs Association Contract No. FSA25-VEH23.0, Heavy Trucks and Buses contract.
Equal Business Opportunity (EBO) Statement: There was no EBO Participation as this purchase is being made under the Florida Sheriffs Association Contract No. FSA25-VEH23.0, Heavy Truck and Buses.
(Part 3 of 3)(See Items 25 & 26) 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 $995,910 within the Solid Waste Grants Fund for use by the Department of Solid Waste & Environmental Program Management for the FDEP Class 4-7 Garbage Truck Project.
Background
The City of Tampa and the Florida Department of Environmental Protection (FDEP) are entering into a Standard Grant Agreement in the amount of $995,910 for the Class 4-7 Garbage Truck Project. The grant funds will be used for the purchase of three (3) new Class 4-7 garbage trucks to replace higher-emitting diesel Class 4-7 trucks. This resolution appropriates $995,910 of grant revenue from the Florida Department of Environmental Protection for the FDEP Class 4-7 Garbage Truck Project for use by the Department of Solid Waste & Environmental Program Management within the Solid Waste Grants Fund. The City is not required to provide a match for this funding opportunity.
Supporting Documents:
Resolution approving the bid of AVP Valve, Inc. for the furnishing of Waste to Energy (WTE) Facility Valve Service in the estimated amount of $769,560, over a 36-month term, for use by the Department of Solid Waste and Environmental Program Management.
Background
- Department or Location of Project: Department of Solid Waste and Environmental Program Management
- Total number of vendors that accessed and downloaded bid: 18
- Number and List of bidders: one, AVP Valve, Inc.
- Award amount: $769,560
- Why the winning bid was selected: The City of Tampa Department of Solid Waste and Environmental Program Management recommends awarding this to AVP Valve, Inc. as the sole responsive and responsible bidder for Waste to Energy (WTE) Facility Valve Service.
It is recommended that the City award Waste to Energy (WTE) Facility Valve Service to AVP Valve, Inc. for use by the Department of Solid Waste and Environmental Program Management. The term of the award is for a (3) three-year term with (1) one additional (2) two-year renewal option. The Department has reviewed and approved the bid response AVP Valve, Inc. and comments were supplied via Department recommendation letter.
Equal Business Opportunity (EBO) Statement: 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 the scope did not meet the required EBO parameters; however, it did not preclude participation.
(Part 1 of 3)(See Items 30 & 31) Resolution of the City Council of the City of Tampa, Florida, approving Utility Work Order Change No. 01 for Financial Project Identification Number 440511 2 56 01, as authorized Under the Utility Work by Highway Contractor Master Agreement between the State of Florida Department of Transportation and the City of Tampa, for the removal of out of service pipe and adjustment of water and wastewater valve and manhole cover lids; approving a Three Party Escrow Agreement between the City of Tampa, the Florida Department of Transportation, and the Florida Department of Financial Services, Division of Treasury; authorizing payment in the amount of Fifty Thousand Dollars ($50,000.00).
Background
The City of Tampa and the Florida Department of Transportation (“FDOT”) operate under a Utility Work by Highway Contractor Master Agreement when FDOT undertakes roadway projects that impact City-owned water and wastewater facilities, establishing the roles, responsibilities, and procedures for coordinating, funding, and completing necessary utility adjustments prior to construction.
Under the Utility Master Agreement, project-specific approval is obtained through Utility Work Order Changes, which define the scope and cost of the proposed work and require advance funding. FDOT policy places the authority on FDOT to determine the method of payment, either direct or via escrow. For FDOT Project FPID 440511-2-56-01, FDOT has elected the escrow method, necessitating execution of a Three-Party Escrow Agreement. The total funding of $50,000 will be allocated between the Water Department ($30,000) and the Wastewater Department ($20,000) within the appropriate Wastewater Fund to support the respective utility work.
The City has determined that approval of the Change Order, execution of the Three-Party Escrow Agreement, and provision of the required funding are in the best interest of the citizens of the City of Tampa.
(Part 2 of 3)(See Items 29 & 31) Resolution of the City Council of the City of Tampa, Florida, approving Utility Work Order Change No. 01 for Financial Project Identification Number 440511-8-56-01, as authorized Under the Utility Work by Highway Contractor Master Agreement between the State of Florida Department of Transportation and the City of Tampa, for the removal of out-of-service pipe and adjustment of water and wastewater valve and manhole cover lids; approving a Three-Party Escrow Agreement between the City of Tampa, the Florida Department of Transportation, and the Florida Department of Financial Services, Division of Treasury; authorizing payment in the amount of Two Hundred Ten Thousand Dollars ($210,000.00).
Background
The City of Tampa and the Florida Department of Transportation (“FDOT”) operate under a Utility Work by Highway Contractor Master Agreement when FDOT undertakes roadway projects that impact City-owned water and wastewater facilities, establishing the roles, responsibilities, and procedures for coordinating, funding, and completing necessary utility adjustments prior to construction.
Under the Utility Master Agreement, project-specific approval is obtained through Utility Work Order Changes, which define the scope and cost of the proposed work and require advance funding. FDOT policy places the authority on FDOT to determine the method of payment, either direct or via escrow. For FDOT Project FPID 440511-8-56-01, FDOT has elected the escrow method, necessitating execution of a Three-Party Escrow Agreement. The total funding of $210,000 will be allocated between the Water Department ($90,000) and the Wastewater Department ($120,000) to support the respective utility work.
The City has determined that approval of the Change Order, execution of the Three-Party Escrow Agreement, and provision of the required funding are in the best interest of the citizens of the City of Tampa.
(Part 3 of 3)(See Items 29 & 30) 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 $140,000 for the FDOT – Heights Projects North Tampa Street and Florida Avenue Project for use by the Wastewater Department within the Wastewater Future Debt Capital Projects Fund.
Background
The City of Tampa is entering into two three-party escrow agreements totaling $260,000 with the State of Florida Department of Transportation (FDOT), and the Florida Department of Financial Services Division of Treasury for FDOT’s water and wastewater projects in the Heights.
The Water Department’s contribution of $120,000 towards these agreements is available in the Citywide Water Main Replacement Project within the Water Renewal and Replacement Fund.
This resolution reallocates $140,000 from the Force Main Discharge Repairs Project to the FDOT – Heights Projects North Tampa Street and Florida Avenue Project within the Wastewater Future Debt Capital Projects Fund for the Wastewater Department’s contribution towards the two agreements.
Supporting Documents:
Resolution approving the form of Agreement between the City of Tampa and various consultants in connection with professional services to be provided on a work order basis; authorizing the Mayor to execute the Agreements; designating how payment for the work is authorized.
Background
- Contract Title: 25-D-00400 C Work Order Agreements for Professional Architectural / Engineering (AE) Services As-Needed
- Contractor/Firm: Firms selected as needed based upon task 3.Business Case: The City of Tampa maintains agreements with multiple firms providing Engineering, Architecture, Surveying and Mapping services. Each year about seventy or more of them receive work orders as needed on various improvement projects. The agreement will expire in April of 2028. Additional firms may apply for consideration by the Certification/Selection Committee and authorization by Council later in the year. Certification and selection is conducted pursuant to the State’s Consultants’ Competitive Negotiation Act.
- Equal Business Opportunity (EBO) Statement: A2O Consulting LLC, Booth Design Group, Cornerstone Special Inspections LLC, and EJB Engineering, LLC are city-certified SLBE firms.
- Community Engagement: N/A
- Project: This is an agreement for engineering or architectural services which allows for the assignment of any single workorder under this agreement for an amount not to exceed $200,000. While a single workorder may not exceed $200,000, Section 2-280 of the City Code (Certain Works Orders to be Approved by City Council) states, “Notwithstanding any other provisions of the City of Tampa Code, no work orders for the provision of professional services as defined in F.S. § 287.055, exceeding one hundred thousand dollars ($100,000.00) to any single provider or for any project shall be allowed or permitted with the city unless and until such work order shall first be approved by resolution passed by the City Council.”
5.Sustainability and Resiliency: The work order agreement provides for the engagement of professional engineering, architectural surveying and mapping services as needed by various city departments to provide support for community improvement projects.
Supporting Documents:
– Resolution authorizing an Agreement for Consultant Services in the amount of $300,000 between the City of Tampa and Osprey Engineering Group, LLC. in connection with Contract 25-D-00029 West Tampa CRA Grid Re-establishment Survey and Design Services.
Background
- Contract Title: 25-D-00029 West Tampa CRA Grid Re-establishment Survey and Design Services a. Address of Project: Fremont Avenue and cross streets: W Palmetto Street, W Cherry Street, W Walnut Street, and W Pine Street b. Number of bidders/submitters: 5 c. Names of bidders/submitters:
- Alliant Engineering, Incorporated
- Florida Design Consultants, Inc
- George F. Young, Inc.
- Osprey Engineering Group, LLC
- Tectonic Engineering Consultants, Geologists & Land Surveyors, D.P.C., Inc.
- Contractor/Firm: Osprey Engineering Group, LLC
- Business Case: Project provides for professional survey and design services for the reopening of Fremont Avenue’s four cross streets: W Palmetto Street, W Cherry Street, W Walnut Street, and W Pine Street. The selected firm will be responsible for providing comprehensive survey and design services to develop permit-ready plans.
- Equal Business Opportunity (EBO) Statement: OSPREY ENGINEERING GROUP, LLC., the prime contractor, is a city-certified Small Local Business Enterprise (SLBE) and is committed to utilizing one (1) SLBE city-certified firm for subcontracting.
- Sustainability and Resiliency: The work will be in alignment with the CRA’s objective of “Targeted Redevelopment – West River Area”, focusing on infrastructure improvements, street realignments, and streetscaping that contribute to re-establishing the street grid to promote economic development and enhance quality of life.
- Community Engagement: The vision for reopening Fremont Street stems from a series of collaborative public engagement efforts aimed at gaining community consensus. CRA has conducted public surveys and stakeholder meetings involving residents, and Community Advisory Committee representatives to identify priorities and align the project with the community’s needs. These efforts were instrumental in shaping a project that reflects the aspirations of West Tampa’s residents and ensures that the revitalization aligns with the community’s overall vision for growth and development. The feedback gathered highlighted the importance of infrastructure improvements that promote safe, walkable, and interconnected urban spaces.
- Project: a. Contract delivery method: This is a Design RFQ project that will subsequently be competitively bid.
Background:
d. Dollar amount: $300,000.00 e. Why the awardee was selected: Firm was selected pursuant to Florida State Statue Title XIX, Chapter 287.055.
b. Placemaking: Reopening Fremont Street will re-establish an essential part of West Tampa’s street grid, enhancing the area’s mobility and strengthening the urban fabric.
c. Time, Quality Assurance, Cost Monitoring (Budget) • 265 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.
Supporting Documents:
Resolution approving Amendment Three to the Public Sector Agreement for Oracle Cloud Services (Agreement No. US-CSA-2635540), as amended to extend the Agreement for five years and an Ordering Document for a one-year renewal of Oracle PaaS and IaaS Cloud Services under the Public Sector Agreement for Oracle Cloud Services (Agreement No. US-CSA-2635540), as amended, between the City of Tampa and Oracle America, Inc. in the estimated amount of $100,000 for use by the Technology and Innovation Department; authorizing the Mayor to execute said Amendment Three to the Public Sector Agreement for Oracle Cloud Services and Ordering Document.
Background
It is necessary to amend Agreement No. US-CSA-2635540, extending the term of the Agreement for five years and Ordering Document with Contract Order Reference 42423966.a2 for the renewal of Oracle IaaS and PaaS Cloud Services for a twelve-month period commencing December 5, 2025. The IaaS (infrastructure as a service) and PaaS (platform as a service) cloud services are used by the City for secure file transfers and storage, integrations with 3rd party systems and external vendors with the current Oracle Fusion SaaS enterprise application, and secure hosting of managed cloud databases, including the archived copy of the prior Oracle EBS application data (E-Business suite) used from 2013 – 2021.
Equal Business Opportunity (EBO) Statement: There was no EBO Participation as this purchase is being made under Agreement No. US-CSA-2635540.
Resolution approving a Master Agreement and Supplement-ClaimSearch Essentials (Non-Insurer), including all exhibits and Data Access Authorization Form, incorporated into the Master Agreement between the City of Tampa and Insurance Services Office, Inc. for the purchase of ClaimSearch Essentials for Casualty Claims Investigations, in the estimated amount of $35,338 for use by the Human Resources/Risk Management Department; authorizing the Mayor of the City of Tampa to execute the Master Agreement, Supplement-ClaimSearch Essentials (Non-Insurer), Exhibit C to the Supplement and the Data Access Authorization Form.
Background
It is recommended that the City enter into an agreement with Insurance Services Office, Inc.
for ClaimSearch Essentials for Casualty Claims Investigation for use by the Human Resources/Risk Management Department. The term of the agreement is for a three (3) year initial term and shall automatically renew for successive one-year periods thereafter.
Equal Business Opportunity (EBO) Statement: There was no EBO Participation as this purchase is being made under a Letter of Conditions and Circumstances.
Supporting Documents:
Christine Glover, Director of Internal Audit, transmitting audit report Tampa Fire Rescue-False Alarms, dated March 13, 2026.
Supporting Documents:
Christine Glover, Director of Internal Audit, transmitting audit report Human Resources-Training, dated March 13, 2026.
Supporting Documents:
Resolution approving an agreement between the City of Tampa and Sunshine Community Housing Development Organization, Inc. under the Home Investment Partnerships Program of the U.S. Department of Housing and Urban Development; providing funds not to exceed $419,750.00 to construct and sell single family homes for low-to-moderate income households; authorizing the Mayor to execute and the City Clerk to attest to same.
Background
City of Tampa is a participating jurisdiction of the HOME Investment Partnerships Program and sets aside at least 15% of its HOME entitlement grant award to fund housing to be owned, developed, or sponsored by experienced, community-driven nonprofit groups designated as Community Housing Development Organizations (“CHDO”). Sunshine Community Housing Development Organization, Inc. was selected in response to the City’s Request for Proposals (RFP) for HOME CHDO RFP# 25-P-00212, which sought qualified nonprofit entities to serve as a CHDO developer of affordable housing opportunities, including constructing new single-family homes within the City of Tampa. Sunshine Community Housing Development Organization, Inc. is building a minimum of three (3) single family homes for sale to income eligible beneficiaries within the City of Tampa at or below 80% Area Median Income (“AMI”). The homes will be located at 1525 E. Lake Avenue, Tampa, Florida, and 2602 N. 29th Street, Tampa, Florida. Homes shall not be sold for more than the current maximum sales price, as determined by HUD, pursuant to 24 CFR §92.254, at the time of sale.
Supporting Documents:
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 $2,525,000 for the East Tampa Community Redevelopment Agency (CRA) Fund for fiscal year 2026 appropriation.
Background
On February 12, 2026 the CRA Board approved a program change to realign $2,525,000 from the East Tampa Neighborhood Infrastructure project to the East Tampa Unit Creation and Conversion program for the Ashley East Tampa – Integral Florida project within the Eat Tampa CRA Fund.
Supporting Documents:
(Part 1 of 2)(See Item 41) Resolution approving a Federal Financial Assistance Subrecipient Agreement (FDACS# 33548) between the City of Tampa and the Florida Department of Agriculture and Consumer Services Division of Administration.
Background
This grant award is for $50,000 in grant funding to support a Trees for Tampa Education Campaign with the primary goal to increase tree planting and stewardship on private property across Tampa through community education and engagement. This grant project will include training Green Team Members and volunteers as Tree Stewards; installing tree tags and educational signage; creating, manufacturing, and beginning to distribute educational materials; and creating and distributing Tree Care Kits. This grant requires $50,000 in match funding for a total project cost of $100,000. This project will be led by Sustainability and Resilience Officer, Kayla Caselli. The grant agreement will end on June 30, 2027
Supporting Documents:
(Part 2 of 2)(See Item 40) 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 $100,000 within the General Fund and Other Grants Fund for the Trees for Tampa Education Campaign Grant.
Background
This grant award is for $50,000 in grant funding to support a Trees for Tampa Education Campaign with the primary goal to increase tree planting and stewardship on private property across Tampa through community education and engagement. This grant project will include training Green Team Members and volunteers as Tree Stewards; installing tree tags and educational signage; creating, manufacturing, and beginning to distribute educational materials; and creating and distributing Tree Care Kits. This grant requires $50,000 in match funding for a total project cost of $100,000. This project will be led by Sustainability and Resilience Officer, Kayla Caselli. The grant agreement will end on June 30, 2027 This resolution appropriates the $50,000 grant and transfers the $50,000 grant match from the General Fund to the Other Grants Fund for a total of $100,000 for the Trees for Tampa Education Campaign.
Supporting Documents:
Resolution certifying that Rehabilitation of The Heart, Inc. In Tampa, Florida, operates a workforce development and job training program for low income individuals at the Entrepreneur Collaborative Center in a manner that is consistent with the City’s local plans and regulations including the City’s adopted Comprehensive Plan as required in connection with a proposed application for State of Florida Community Contribution Tax Credits.
Background
Background: Rehabilitation of the Heart, Inc., is a registered 501(c)3 nonprofit organization currently operating within The Entrepreneur Collaborative Center. The organization provides workforce development and job training program for low-income individuals in Tampa. This program aligns with the Community Contribution Tax Credit (CCTC) statute by supporting job development for low-income individuals and advancing the City of Tampa’s workforce priorities by expanding access to training, reducing barriers, and strengthening connections to career pathways.
Rehabilitation of the Heart, Inc., intends to submit an application to the Florida Department of Commerce to participate in the “Community Contribution Tax Credits” program, which incentivizes private sector investment in community development and housing initiatives benefiting low-income individuals. As part of this application, Rehabilitation of the Heart, Inc., must demonstrate compliance of their programs with the City of Tampa’s local plans and regulations.
Staff requests approval of the attached Resolution finding that the services provided by Rehabilitation of the Heart, Inc., located at the Entrepreneur Collaborative Center (2101 E.
Palm Avenue, Tampa, FL 33605), are consistent with the City’s local plans and regulations.
Supporting Documents:
Resolution approving the execution by the Mayor and attestation by the City Clerk of a replacement home work contract between the City of Tampa, Austin Construction Group, inc. and Ernest Braxton, providing for a loan in the amount not to exceed $374,800.00 ($260,000.00 from State Housing Initiatives Partnership (SHIP) funds and $114,800 from East Tampa Community Redevelopment Area (ETCRA) Program funds) to provide funding for construction of a single family replacement housing unit located at 1308 E. 17th Street, Tampa, Florida.
Background
The City advertised a Invitation to Bid (“ITB”) seeking responses from parties interested in providing activities meeting the SHIP program guidelines and selected Austin Construction Group, Inc. (“Subrecipient”) to provide such activities based on being the lowest bidder to the “ITB”, and subject to the terms of a written SHIP Replacement Home Work Contract between the City, Ernest Braxton and Subrecipient.
Supporting Documents:
Resolution approving the execution by the Mayor and attestation by the City Clerk of a Contract for Sale and Purchase between the City of Tampa, as purchaser, and 2904 West Bay to Bay, LLC, a Florida limited liability company, as seller, for the purchase of 163 square feet of real property located at 2904 West Bay to Bay Boulevard, Tampa, Florida, at a purchase price of $18,256.00 together with closing costs in the approximate amount of $1,500.00; for transportation purposes; approving the acceptance of the proposed form Warranty Deed.
Background
The Mobility Department requested the Real Estate Department pursue the acquisition of a corner clip at 2904 West Bay to Bay Boulevard as part of the Interbay Area Mobility Improvement Project. The acquisition of the corner clip will complete the sidewalk segment and connect the sidewalk from South Ysabella Avenue to West Bay to Bay Boulevard.
The corner clip consists of approximately 163 square feet and is zoned R0-1 (residential office low to medium density). The contract for sale and purchase (the “Contract”) includes a 60-day due diligence period, with two additional 60-day extensions for a total of 180-day due diligence period.
The property owner agreed to sell the property to the City for $18,256.00, with closing costs up to $1,500.00.
Resolution of the City of Tampa, Florida, amending Resolution No. 2025-1043, passed and adopted by the City Council of the City of Tampa on November 20, 2025, by amending an error in the expenditure in the Resolution Title and Section 3 of said Resolution, which provided an estimated expenditure amount of $7,013,807.56 instead of the correct amount of $7,987,668 for an agreement between Tier 1 Operations, LLC dba Signal of Tampa and the City of Tampa for Citywide Armed Security Guard Services.
Background
This resolution is being submitted to amend an error in Resolution No. 2025-1043 in the estimated total dollar amount located on the Title and Section 3 of the Resolution.
During the proposal evaluation it was determined that the total number of hours of service needed was incorrect as well as the number of full time and part time employees dedicated to the City’s account. The number of hours was changed from 1041 to 1427 plus 10% overtime.
The pricing table was corrected to reflect the correct number of hours per year for all three years. The hourly rate and management fee percentage did not change but price per year was updated to reflect the new requirements. When Resolution 2025-1043 was written the original figure was noted instead of the corrected figure. The agreement that was signed contained the correct pricing on Schedule B. This correction brings the resolution and the agreement into alignment as originally intended.
No EBO overlay permitted, as this is to amend an error.
Resolution approving the bid of Flotech Environmental, LLC for the furnishing of Stormwater Pipe Cleaning Services (Bid Discount) in the estimated amount of $749,819 for use by the Mobility Department.
Background
- Department or Location of Project: Mobility Department.
- Total number of vendors that accessed and downloaded bid: 48
- Number and List of bidders: Twelve, All South Underground LLC, EnviroWaste Services Group, Inc., Flotech Environmental, LLC, GCU, LLC dba Gulf Coast Underground, LLC, Hydro-Klean, LLC, Insituform Technologies, LLC, National Water Main Cleaning Company, Shenandoah General Construction LLC, USA Services of Florida, LLC, Vac it Up LLC, Vacutek Integrated Services, Wind River Environmental.
- Award amount: $749,819
- Why the winning bid was selected: The City of Tampa Mobility Department recommends awarding this to Flotech Environmental, LLC as the lowest responsive and responsible bidder for Stormwater Pipe Cleaning Services (Bid Discount).
It is recommended that the City award Stormwater Pipe Cleaning Services (Bid Discount) Flotech Environmental, LLC for use by the Mobility Department. The term of the award is for a (1) one-year term with (2) two additional (1) one-year renewal options. The Department has reviewed and approved the bid response from Flotech Environmental, LLC and comments were supplied via Department recommendation letter.
Equal Business Opportunity (EBO) Statement: Pursuant to the review by the Equal Business Opportunity (EBO) Division, it was determined that the EBO Bid Discount provision would apply in the bid specifications to eligible City of Tampa Certified firms.
Resolution approving the renewal of an Agreement for Auctioneer Services between the City of Tampa and Royal Auction Group, Inc. for the provision of Auctioneer Services for use by the Logistics and Asset Management Department/Fleet Maintenance Division.
Background
It is recommended that the City renews its existing Agreement with Royal Auction Group, Inc.
for the provision of Auctioneer Services for use by the Logistics and Asset Management Department Fleet Maintenance Division for an additional one-year term. The existing agreement was made on August 7, 2025, under Fort Lauderdale, FL Contract No. Event 21 for Auctioneer Services. This agreement is in its original term.
Royal Auction Group, Inc. provides excellent service, quality of product and performance. The Logistics and Asset Management Department Fleet Maintenance Division has reviewed the terms and conditions and feels that it is in the best interest of the City to renew the agreement for an additional one-year period. Royal Auction Group, Inc. has agreed to renew the agreement.
Equal Business Opportunity (EBO) Statement: There was no EBO Participation as this purchase is being made under the City of Fort Lauderdale Contract No. Event 21 Auctioneer Services.
Resolution accepting the proposal of Innovative Masonry Restoration LLC pertaining to Contract 26-C-00012 Rivergate Parking Garage Level B1 Improvements, in the amount of $694,500; authorizing the Mayor of the City of Tampa to executed said contract on behalf of the City of Tampa.
Background
- Contractor/Firm: Innovative Masonry Restoration LLC
- Business Case: Project provides for repairing expansion joints at floor slab and columns, expanding foam sealant installation at expansion joint openings overhead, replace gutter and downspout, concrete crack repairs, overhead chemical grout injections, seal overhead pipes, clean and coat miscellaneous steal, replace damage paint finishes, and floor drain repairs.
- Equal Business Opportunity (EBO) Statement: EBO Division has determined that Innovative Masonry Restoration LLC, the low bidder, is compliant and eligible for contract award. The scope did not meet the required EBO parameters to establish a narrowly tailored subcontract goal. However, the contractor has achieved 4.3% subcontractor participation for SLBE.
- Sustainability and Resiliency: The project provides for improvements at the Rivergate Parking Garage. This project is consistent with Transforming Tampa’s Tomorrow goal of Sustainability and Resiliency.
- Community Engagement: The Parking Division staff 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.
- 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.
Contract Title: Rivergate Parking Garage, Level B1 Improvements a. Address of Project: 400 North Ashley Drive, Unit #BS, Tampa FL 33602 b. Number of bidders/submitters: Two (2) c.Names of bidders/submitters: • Innovative Masonry Restoration LLC • Tadeos Engineering, LLC d. Dollar amount: $ 694,500.00 e. Why the awardee was selected: Awarded per competitive bid.
b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 450 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.
Supporting Documents:
CH 27 Resolution setting 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 Chapter 27, (Zoning and Land Development), amending section 27-43, definitions; amending 27-156, Official Schedule of District Regulations; repealing section 27-160, Special Street Setbacks; amending section 27-177, Historic District Established; amending 27-184, Official Schedule of Permitted Principal, Accessory and Special Uses; Required Off-Street Parking Ratios by use; Parking Space Equivalencies by Transportation Mode; amending 27-198, Official Schedule of Permitted Principal, Accessory and Special Uses; Required Off-Street Parking Ratios by Use; Parking Space Equivalencies by Transportation Mode; amending section 27-199, Official Schedule of Dimensional Regulations; amending section 27-211.8, Schedule of Permitted Uses by District; Amending Section 212.4, Schedule of Allowable, Permitted, and Prohibited Uses by District; creating section 27-282.31, Certified Recovery Residences; amending section 27-283.12, Off-Street Parking Space Standards; providing for severability; repealing all ordinances or parts of ordinances in conflict therewith.
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. The City of Tampa proposes to adopt an ordinance requiring public hearing.
Resolution of the City Council of the City of Tampa, Florida, calling for a public hearing on May 7, 2026 at 10:30 a.m., or soon thereafter, in City Council Chambers, 315 E. Kennedy Blvd., 3rd Floor, Tampa, FL 33602, pursuant to section 255.20, Florida statutes, to consider authorizing the City of Tampa to perform the David L Tippin Water Treatment Facility utility loop water main replacement using its own services, employees, and equipment.
Background
Under section 255.20(1)(c)9., Florida Statutes, a local government may perform a public works project using its own services, employees, and equipment if the governing board of the local government determines, after notice and compliance with section 255.20, Florida Statutes, that it is in the best interest of the public to perform the project; and section 255.20(1)(c)9., Florida Statues, requires that the City Council of the City of Tampa conducts a public meeting to the estimated cost of the project fully accounting for all costs associated with performing and completing the work, including employee compensation and benefits, equipment cost and maintenance, insurance costs, and the cost of direct materials to be used in the construction of the project, including materials purchased by the local government, and other direct costs, plus a factor of 20 percent for management, overhead, and other indirect costs, and the accuracy of the estimated cost in light of any other information that may be presented at the public meeting and whether the project requires an increase in the number of government employees or an increase in capital expenditures for public facilities, equipment, or other capital assets; and at the public meeting, any qualified contractor or vendor will have a reasonable opportunity to present evidence regarding the project and the accuracy of the local government’s estimated cost of the project; and the City of Tampa Water Department desires to replace portions of the existing 6-inch and 8-inch water pipe within the David L Tippin Water Treatment Facility (“DLTWTF”), located at 7125 N 30th St, Tampa, Florida, with approximately 3,900 linear feet of new water pipeline with an estimated cost of $2,632,442.39; and a public hearing is necessary to consider the factors set forth in section 225.20(1)(c)(9), Florida Statutes for the DLTWTF Utility Loop Water Main Replacement project.
Public Hearings & Ordinances
(UNAN; Hurtak absent) – An ordinance of the City of Tampa, Florida, vacating, closing, discontinuing and abandoning a portion of Ross Avenue right-of-way located North of Palm Avenue, South of Park Avenue, East of North Boulevard, and West of Massachusetts Avenue, as dedicated by the Plats of Craig and Jamieson’s Riverview Subdivision and Dill’s Subdivision, in the City of Tampa, Hillsborough County, Florida, and as more fully described in Section 2 hereof, subject to certain covenants, conditions and restrictions as more particularly set forth herein; providing for enforcement and penalties for violations; providing for definitions, interpretations and repealing conflicts, providing for severability.
(UNAN; Hurtak absent & Carlson absent at vote) – An Ordinance of the City of Tampa, Florida, approving the placement of an honorary street naming sign at the northwest corner of North Howard Avenue and West Cherry Street in Tampa, Florida, to honor Tony Garcia, Jr.
Background
In response to City Council Motion CM25-19443, requesting consideration of a honorary street sign to honor Tony Garcia, Jr., the Mobility Department recommends the installation of a new street sign at the northwest corner of North Howard Avenue and West Cherry Street, to include a double-sided honorary street naming sign. This location is adjacent to a pedestrian crosswalk and the Centro Español building in Tampa, Florida.
(Carlson no) – An ordinance rezoning property in the general vicinity of 1008 West LaSalle Street, in the city of Tampa, Florida, and more particularly described in Section 1, from Zoning District Classification(s) RS-50 (Residential, Single-Family) to PD (Planned Development, Residential, Single-Family, Semi-Detached); providing an effective date. Resolution approving a bonus provision agreement between Poseidon25 Developments, LLC and the City of Tampa, in relation to REZ-26-02 for the property located at 1008 West La Salle Street; authorizing the execution thereof by the Mayor of the City of Tampa; providing an effective date. (Said resolution to be adopted after second reading and adoption of ordinance).
(Carlson no) – An ordinance rezoning property in the general vicinity of 1307 West LaSalle Street, in the city of Tampa, Florida, and more particularly described in Section 1, from Zoning District Classification(s) RS-50 (Residential, Single-Family) to PD (Planned Development, Residential, Single-Family, Semi-Detached); providing an effective date. A resolution approving a bonus provision agreement between Trident Rental Group, LLC and the City of Tampa, in relation to REZ-26-03 for the property located at 1307 West La Salle Street; authorizing the execution thereof by the Mayor of the City of Tampa; providing an effective date. (Said resolution to be adopted after second reading and adoption of ordinance).
Public Hearing on application of Giselle Mota request to rezone property generally located at 2414 West State Street from RM-16 to PD (Residential Single-Family Semi-Detached). due to lack of two-thirds majority vote of 3-2 with Carlson and Miranda voting no, and Viera being absent at vote, and Clendenin being absent) – An ordinance rezoning property in the general vicinity of 2414 West State Street, in the city of Tampa, Florida, and more particularly described in Section 1, from Zoning District Classification(s) RM-16 (Residential, Multiple-Family) to PD (Planned Development, Residential, Single-Family, Semi-Detached); providing an effective date. Resolution approving a bonus provision agreement between Poseidon Fund I, LLC and the City of Tampa, in relation to REZ 26-29 for the property located at 2414 W. State Street; authorizing the execution thereof by the Mayor of the City of Tampa; directing the City Clerk to file a copy of the fully executed bonus provision agreement in the official records of the City; providing an effective date. (Said resolution to be adopted after second reading and adoption of ordinance).
Staff Report Details
Zoning: RM-16 → PD
Future Land Use: R- 20
Waivers:
- 1. Section 27-241(e)(2)c.5.i: Request for vehicular access for units 1 & 2 to be provided from West State Street.
Staff Findings: The Development Review and Compliance staff has reviewed the petition and finds the request CONSISTENT with the applicable City of Tampa Land Development Regulations. Should it be the pleasure of City Council to approve the application, further modifications to the site plan must be completed by the applicant in between 1 st and 2 nd Reading of Ordinance as stated on the revision sheet.
Supporting Documents:
Review Hearing on petition for review filed by Stephen Michelini, applicant of the underlying decision, requesting a review hearing regarding a decision of the Zoning Administrator, SU1-25-0000059, pertaining to the property located at 2312 West Grace Street. (Said review hearing was rescheduled from January 22, 2026 and March 5, 2026).
Supporting Documents:
- SU -1 -25-59- C 2312GRACEST PETITION FOR REVIEW APPLICATION.PDF
- SU -1 -25-59- C 2312GRACEST AUTHORIZE AGENT FORM.PDF
- SU -1 -25-59- C 2312GRACEST LETTER 1.PDF
- SU -1 -25-59- C 2312GRACEST EXHIBIT A.PDF
- SU1-25-59 (1).DOCX
- SU1-25-59 PPT (1).PPTX
- SU1-25-59 2312 GRACE ST AUTHORIZATION.PDF
- SU1-25-59-C AFFIDAVIT OF COMPLIANCE.PDF
CH 2 – An ordinance of the City of Tampa, Florida amending Chapter 2, Article VI, of the City of Tampa Code by adding section 2-326 Definitions; section 2-327 Veterans’ Advisory Committee; section 2-328 Meetings; section 2-329 Purpose and Function; repealing all ordinances or parts of ordinances in conflict therewith; providing for severability.
Background
The City of Tampa recognizes that local residents who have served in the United States Armed Forces have made extraordinary sacrifices to preserve the freedoms and security of our community and nation. The City requires expert, experience-based advice to identify gaps in services to City of Tampa veterans and to effectively allocate funding and resources that specifically target the needs of these former service members and create greater awareness of veterans in the community. Through this ordinance the City incorporates the interests and awareness of veterans, their families, and caregivers through the creation of a Veterans’ Advisory Committee which shall serve as a liaison between the City and greater veterans’ community in the City of Tampa.
Administration Update.
(Part 1 of 3) (See Items 60 & 61)(Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council) Resolution accepting the proposal of J. Kokolakis Contracting, Inc. dba Kokolakis Contracting pertaining to Contract 24-C-00032 TPD Howard Ave Annex Bldg, in the amount of $21,788,470; authorizing the Mayor of the City of Tampa to execute said Contract on behalf of the City of Tampa; providing an effective date. Please see previously submitted memorandum.
Background
- Contractor/Firm: J. Kokolakis Contracting
- Business Case: This project will provide for renovation and construction of the existing facility for the relocation of the Tampa Police Department (TPD) Evidence Control Section, and Forensic Unit currently at 34th Street (McKay Bay Peninsula) and TPD’s Downtown Headquarters to the adjoining sites of 5005 North Howard Avenue and 5115 North Albany Avenue.
- Equal Business Opportunity (EBO) Statement: Following a review by the Equal Business Opportunity (EBO) Division, J. Kokolakis Contracting, Inc. has been confirmed to be in full compliance with all Good Faith Effort Compliance Program (GFECP) requirements. They actively reached out to and solicited City of Tampa certified firms, resulting in Small Local Business Enterprise (SLBE) participation that meets and exceeds the established goal, with a total participation rate of: SLBE = 28%.
- Community Engagement: The Contract Administration Department (CAD) will assist the Contractor in all communication efforts to ensure transparency and integration of the stakeholders.
- 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.
1.Contract Title: a. Address of Project: 5005 Howard Avenue; Tampa, FL 33603 b. Number of bidders/submitters: 3 c.Names of bidders/submitters: •Kokolakis Contracting •Burke Construction Group, Inc.
• Mainstay Construction Services, LLC d. Dollar amount: $21,788,470 e. Why the awardee was selected: The lowest responsible responsive bidder was selected pursuant to FS 255.20.
4.Sustainability and Resiliency: Project provides for renovation and construction of the existing facility for the relocation of the Tampa Police Department. 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) • 730 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.
(Part 2 of 3) (See Items 59 & 61) (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 $175,396.25 within the Non Ad Valorem Bonds CIP Fund -Series 2025 for the TPD Howard Avenue Annex Building project – Phase 1 (FKA Relocation of TPD Impound Facility and Offices) and $14,121,500 within the Non Ad Valorem Bonds CIP Fund – Future Debt for the TPD Howard Avenue Annex Building project – Phase 2. Please see previously submitted memorandum.
Background
This financial resolution: a. Realigns $1,296,000 from the TPD Howard Avenue Annex Building Project -Phase 1 to the TPD Howard Avenue Annex Building Project -Phase 2 within the Non-Ad Valorem Bonds CIP Fund – Future Debt.
b. Reduces future debt proceeds for the TPD Howard Avenue Annex Building Project, Phase 2 from the new revised $41,296,000 (adopted $40,000,000 plus realigned $1,296,000) to a proposed budget of $27,174,500, a decrease of $14,121,500 due to the construction bid coming under the initial estimate.
c. Realigns $175,396.25 from the TPD Howard Avenue Annex Building Project, Phase 1 to budget reserves within the Non-Ad Valorem Bonds CIP Fund -Series 2025 for a proposed
(Part 3 of 3)(See Items 59 & 60) (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution of the City of Tampa, Florida, regarding the reimbursement of certain costs relating to the acquisition, construction and equipping of the TPD Howard Avenue Annex Building Project, Phase 2; providing an effective date. Please see previously submitted memorandum.
Background
On October 20, 2022, Resolution Number 2022-915, authorized the reimbursement of certain costs relating to the acquisition, construction, and equipping of certain capital improvements.
One of the CIP projects identified within that resolution is the TPD Howard Avenue Annex Building project – Phase 1 (FKA Relocation of TPD Impound Facility and Offices).
Staff is requesting Council to adopt the attached reimbursement resolution for the design/bid/build agreement of the Tampa Police Department (TPD) Howard Avenue Annex Building Project, Phase 2 in an amount not to exceed $27,174,500. Adoption of the reimbursement resolution preserves the City’s ability to issue tax-exempt debt. Without adopting the reimbursement resolution, any debt issued for this project would be issued as taxable debt at a higher interest rate.
The Reimbursement Resolution allows the City to reimburse various costs and expenditures related to the acquisition, construction and equipping of the TPD Howard Avenue Annex Building Project, Phase 2. The City has paid for, and/or reasonably anticipates that it will pay for, such costs and expenditures from legally available funds within the General Fund and/or other governmental and capital funds of the City. It is reasonably expected that any reimbursement of such costs and expenditures will come from the issuance of tax-exempt debt which is currently not expected to exceed $27,174,500 aggregate principal amount. It is currently the intention of the City to issue tax-exempt debt from a covenant of the City to
(Part 1 of 2)(See Item 63) (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution approving a fourth amendment to agreement for Odor and Corrosion Control Services between the City of Tampa and Evoqua Water Technologies LLC, with a 3% consumer price index (CPI) price escalation, to provide for an annual renewal of the agreement in the estimated amount of $9,200,000 for use by the Wastewater Department; authorizing the Mayor to execute said fourth amendment to agreement for Odor and Corrosion Control Services.
Background
It is recommended that the City renew its existing award with Evoqua Water Technologies LLC for the provision of Odor and Corrosion Control Services for use by the Wastewater Department for an additional one-year term. The existing award was made February 2018.
This award is in its third renewal term.
Evoqua Water Technologies LLC provides excellent service, quality of product and performance. The Wastewater 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. Evoqua Water Technologies LLC has agreed to renew Odor and Corrosion Control Services with a Consumer Price Index (CPI) price escalation of 3%.
Equal Business Opportunity (EBO) Statement: Pursuant to the review by the Equal Business Opportunity (EBO) Division, this one-year renewal contract is in compliance.
(Part 2 of 2)(See Item 62) (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 $250,000 within the Wastewater Operations Fund for use by the Wastewater Department for a capital lease agreement for odor control equipment.
Background
The Wastewater Department is renewing a capital lease agreement for odor control equipment to be used at various pumping stations. This resolution reallocates funds in the amount of $250,000 from Operating Rentals and Leases to Operating Debt Capital Leases within the Wastewater Operations Fund. Due to changes within generally accepted accounting principles, the expenditure is to be accounted for as a capital lease.
/ CM26-21835 Code Enforcement staff and Tampa Police Department to provide an in-person report on what they can do to address the violations regarding parking lots, rodents, bad or expired food items, or harmful paraphernalia (such as drugs and sex toys) in stores citywide; in addition, what the community should do to report bad actors, what is the best way to report it.
Administration to prepare a present a report regarding reallocating $650k to Project 1002293 Gandy Park South and A.J. Palonis Park.
Legal staff to present on the feasibility of an ordinance on mandating an annual public safety master plan review to be done by the administration by and through an ordinance in conjunction with the applicable first responder unions’ presidents or their designees.
University of South Florida to make a 15-minute presentation on the Post Storm Tree Canopy Assessment.
Supporting Documents:
Logistics and Asset Management, in coordination with Tampa Police Department, to provide a written staff report outlining the estimated costs associated with establishing a substation presence in New Tampa, including potential lease or rental costs for a facility, personnel needed to staff the location, and any additional related expenses, without reflecting the Administration’s position on the proposal.






Leave a Reply