City Council — March 26, 2026 DRAFT
Agenda
-
1. CM25-20290
Presentation of Commendation to USF Master of Urban and Regional Planning, which is the only graduate-level urban planning degree serving the Tampa Bay area, and within the City of Tampa, it is one of the youngest and most successful programs of its kind in the state. (Original motion initiated by Clendenin-Viera on December 18, 2025)
-
2. CM26-22098
Commendation to the Tampa Water Department acknowledging April 2026 as “Water Conservation Month”. (Original motion initiated by Miranda-Maniscalco on February 26, 2026)
-
3. BA26-22317
Resolution approving, consenting to, and confirming the appointment by the Mayor of Ansley Blackwell (Historic Preservationist) as a member of the Barrio Latino Commission, for a three (3) year term commencing on April 1, 2026, and ending March 31, 2029; providing an effective date.
Background Details
The Mayor appointed and hereby submits to the City Council of the City of Tampa the name of Ansley Blackwell (Historic Preservationist) as a member of the Barrio Latino Commission, for a three (3) year term commencing on April 1, 2026, and ending March 31, 2029.Supporting Documents:
-
4. PS26-22081
Resolution approving the donation of one (1) canine (K-9) "Odus" of the Tampa Police Department K-9 Unit to the Newton County Sheriff's Office; execution of the Hold Harmless Agreement by the Mayor of the City of Tampa and attestation by the City Clerk; providing an effective date.
Background Details
The German Shepherd known as "Odus" with I.D. # PC 128060 will be removed from the Tampa Police K-9 Unit. Chief Lee Bercaw and the officers of the K-9 Unit desire to donate "Odus" to the Newton County Sheriff's Office in Newton County, Missouri. Such donation would be in the best interest of all parties involved.Supporting Documents:
-
5. PS26-22114
(Part 1 of 2)(See Item 6) Resolution approving the bid of Lou’s Police Distributors, Inc. for the purchase of Glock Pistols Accessories and Trade-In Services for use by the Tampa Police Department in the estimated amount of $1,766,884; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
1. Department or Location of Project: Tampa Police Department 2. Total number of vendors that accessed and downloaded bid: 18 3. Number and List of bidders: GT Distributors Inc, Lawman’s & Shooters Inc, Lou’s Police Distributors, Inc. 4. Award amount: $1,766,884 5. Why the winning bid was selected: The City of Tampa Police Department recommends awarding this to Lou’s Police Distributors Inc. as the lowest responsive and responsible bidder for Glock Pistols, Accessories and Trade-In Services. It is recommended that the city award Glock Pistols, Accessories and Trade-In Services to Lou’s Police Distributors, Inc. for use by the Tampa Police Department. The term of the award is for a (1) one-year) term with (4) additional (1) one-year) renewal options. The Department has reviewed and approved the bid response from Lou’s Police Distributors, 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.Supporting Documents:
-
6. PS26-22368
(Part 2 of 2)(See Item 5) 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 $1,766,884 within the General Fund, and Community Investment Tax Capital Project Fund for use by the Tampa Police Department for the purchase of Glock 45 9mm pistols; Providing an effective date.
Background Details
This resolution reallocates $1,766,884 within the General Fund, and the Community Investment Tax Capital Project Fund for use by the Tampa Police Department for the purchase of Glock 45 9mm pistols.Supporting Documents:
-
7. PS26-22146
Resolution of the City of Tampa, Florida approving a Purchase Agreement between the City of Tampa and Stryker Sales, LLC for the standardization of Stryker ambulance power load system accessories, parts, and maintenance, in the estimated amount of $400,000 for use by the Tampa Fire and Rescue Department; authorizing the Mayor to execute said agreement; providing an effective date.
Background Details
The Tampa Fire Rescue Department has standardized to Stryker ambulance power load system parts and accessories including ambulance cots, stairchair and load fastener system from Stryker Sales, LLC. Standardization to this equipment and these services ensures interoperability, maintenance efficiency, and reduced cost of maintenance for parts, alongside uninterrupted delivery of service and reduction of redundancy and costly expenditures for implementation of a new service. It is recommended that the City purchase parts, preventative maintenance, and capital from Stryker Sales, LLC. Equal Business Opportunity (EBO) Statement: There was no EBO participation as this purchase is being made under a standardization.Supporting Documents:
-
8. PS26-22320
Resolution approving the purchase under Sourcewell Contract No. 011223-UNM of One Remotely Operated Robot, Camera, and Accessories from Unmanned Vehicle Technologies, LLC in the estimated amount of $213,257.14 for use by the Tampa Police Department; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City purchase one remotely operated robot, camera, and accessories for use by the Tampa Police Department from Unmanned Vehicle Technologies, LLC, under Sourcewell Contract #011223-UNM utilizing the Urban Area Security Grant (UASI) 2023 Grant. This cooperative contract was competitively solicited by the lead purchasing agency, with twenty (20) proposals received. By utilizing Sourcewell Contract #011223-UNM, the City will secure pricing that reflects negotiated discounts and national volume purchasing advantages that are not typically available through open market procurement. Participation in this cooperative contract provides measurable cost efficiencies, maximizes taxpayer value, and reduces the administrative time and expense associated with conducting a separate competitive solicitation. Equal Business Opportunity (EBO) Statement: There was no EBO Participation as this purchase is being made under Sourcewell Contract # 011223-UNM.Supporting Documents:
-
9. NCA26-21929
(Part 1 of 2)(See Item 10) Resolution approving an award/contract between the city of Tampa and united states equal employment opportunity commission; providing an amount not to exceed eleven thousand dollars ($11,000) 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; authorizing the execution thereof by the mayor of the city of Tampa; providing an effective date.
Background Details
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, 2025, and September 30, 2026. The EEOC will extend the current Contract to September 30, 2026, and increase payments to the City as a Federal Equivalency Program in the amount of Eleven Thousand Dollars ($11,000.00) 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, 2025 and September 30, 2026.Supporting Documents:
-
10. NCA26-22403
(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 $11,000 within the Housing Grants Fund for the Office of Human Rights U.S. Equal Employment Opportunity Commission (EEOC) activities; providing an effective date.
Background Details
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, 2025, and September 30, 2026. The City Of Tampa is charged under the Human Rights Ordinance, Chapter 12, City of Tampa Code with receiving, investigating, and resolving employment discrimination complaints in the city. In consideration thereof, EEOC will contribute $11,000 to be used for Case Processing, Administrative Costs, and Training costs associated with processing of such complaints. These funds will be appropriated within the Housing Grants Fund for such purposes.Supporting Documents:
-
11. NCA26-22124
Resolution approving a Drug Prevention agreement between the City of Tampa and the C.E. Mendez Foundation, Inc. for the "Too Good For Drugs and Violence" project to be provided in various City community centers in the amount of Twenty-Two Thousand Four Hundred and Ninety-Nine Dollars ($22,499) annually for three consecutive years totaling Sixty-Seven Thousand Four Hundred and Ninety-Seven Dollars ($67,497) for the three-year term subject to annual appropriation; authorizing the execution thereof by the Mayor of the City of Tampa; providing an effective.
Background Details
Recent research indicates that children are more likely to use drugs outside of the school environment. The C.E. Mendez Foundation, Inc., a Florida not-for-profit corporation, (the “Foundation”), has been providing drug prevention education for students in Hillsborough County Schools through after-school programs for many years. The City of Tampa, (“the City”), desires that the Foundation expand its programs to children participating in the City’s community center programs by entering into a three-year Drug Prevention Agreement, (“Agreement”), with the City. The cost for obtaining the services of the Foundation will be in the amount of Twenty-Two Thousand Four Hundred and Ninety-Nine Dollars ($22,499) annually for three consecutive years totaling, Sixty-Seven Thousand Four Hundred and Ninety-Seven Dollars ($67,497) for the three-year term of the Agreement subject to annual appropriation. The City is subject to Section 166.241, Florida Statutes, and is not authorized to contract for expenditures in any fiscal year except in pursuance of budgeted appropriations. With respect to this Agreement, the City has budgeted and appropriated sufficient monies to fund the City's obligation under this Agreement, however, all funding under this Agreement for subsequent years is subject to the availability of funds, and payment of any and all funds pursuant to this Agreement shall be made solely for costs incurred for the services provided. City Council does hereby affirm that it would be beneficial to the residents of the City to enter into the attached Agreement between the City and Foundation.Supporting Documents:
-
12. NCA26-22143
Resolution approving the renewal of an award between the City of Tampa and Hawkins, Inc. doing business in the State of Florida as Hawkins Water Treatment Group, Inc., without a price escalation, for the furnishing of Pool and Fountain Chemicals in the estimated amount of $240,000 for use by the Parks and Recreation Department; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City renew its existing award with Hawkins Water Treatment Group, Inc. for the provision of Pool and Fountain Chemicals for use by the Parks and Recreation Department for an additional one-year term. The existing award was made June 2025. This award is in its initial term. Hawkins, Inc. doing business in the State of Florida as Hawkins Water Treatment Group, Inc. provides excellent service, quality of product and performance. The Park 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. Hawkins, Inc. doing business in the State of Florida as Hawkins Water Treatment Group, Inc. has agreed to renew Pool and Fountain Chemicals without a price escalation. Equal Business Opportunity (EBO) Statement: Pursuant to the review by the Equal Business Opportunity (EBO) Division, this one year renewal contract is in compliance.Supporting Documents:
-
13. NCA26-22150
Resolution approving the renewal of an award between the City of Tampa and NDL LLC, without a price escalation, for the furnishing of West Parks, Playgrounds, and Other City Owned Properties Grounds Maintenance in the estimated amount of $256,746 for use by the Parks and Recreation Department; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City renew its existing award with NDL LLC for the furnishing of West Parks, Playgrounds, and Other City Owned Properties Grounds Maintenance for use by the Parks and Recreation Department for an additional one-year term. The existing award was made July 2025. This award is in its initial award period. NDL LLC provides excellent service, quality of product and performance. 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 term. NDL LLC has agreed to renew West Parks, Playgrounds, and Other City Owned Properties Grounds Maintenance without a price escalation. Pursuant to the review by the Equal Business Opportunity (EBO) Division, this one year renewal contract is in compliance.Supporting Documents:
-
14. NCA26-22288
Resolution approving the renewal of an award between the City of Tampa and Smith Industries, Inc. dba Smith Fence Company, without a price escalation, for the furnishing of Citywide Fencing (Chain-Link, Gates and Wood Bollards) in the estimated amount of $1,500,000 for use by the Parks and Recreation Department; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City renew its existing award with Smith Industries, Inc. dba Smith Fence Company for the provision of Citywide Fencing (Chain-Link, Gates and Wood Bollards) for use by the Parks and Recreation Department for an additional one-year term. The existing award was made June 20, 2024. This award is in its first renewal period. Smith Industries, Inc. dba Smith Fence Company provides excellent service, quality of product and performance. 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. Smith Industries, Inc. dba Smith Fence Company has agreed to renew Citywide Fencing (Chain-Link, Gates and Bollards) without a price escalation. Equal Business Opportunity (EBO) Statement: Pursuant to the review by the Equal Business Opportunity (EBO) Division, this one year renewal contract is in compliance.Supporting Documents:
-
15. NCA26-22305
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) 1017 E 25th Ave, (2) 1105 E Chilkoot Ave, and (3) 4619 W North A 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; providing an effective date.
Background Details
This resolution assesses the costs ($1,468.40) 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.Supporting Documents:
-
16. NCA26-22335
Resolution approving a services agreement for persons with intellectual disabilities internship administrator services between the City of Tampa, Florida, and Pepin Academies, Inc. to provide internship opportunities with city departments for persons with intellectual disabilities in the amount of fifteen thousand two hundred and forty-nine dollars ($15,249; authorizing the execution thereof by the Mayor of the City of Tampa; providing an effective date.
Background Details
Pursuant to the Services Agreement for Persons with Intellectual Disabilities Internship Administrator Services Agreement (Agreement), Pepin Academies, Inc. (Agency) will provide greater opportunities for persons with disabilities to transition more effectively into the workforce by providing internship opportunities in selected City of Tampa (City) departments for persons with intellectual disabilities selected by 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 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 Fifteen Thousand Two Hundred Forty-Nine Dollars ($15,249) for referring selected persons with intellectual disabilities to intern with the City in different capacities as determined by the City; and City Council does hereby affirm that it would be beneficial to the residents of the City to enter into this Agreement between the city and the Agency.Supporting Documents:
-
17. NCA26-22366
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 $28,000 within the General Fund for use by the Art & Cultural Affairs department for records management software; Providing an effective date.
Background Details
This resolution appropriates $28,000 within the General Fund for use by the Art and Cultural Affairs department for records management software.Supporting Documents:
-
18. E2026-8
CH 28 Special Event Permit: Tampa Breakthrough T1D Walk- Channelside Dr., Platt St. Bridge, Bayshore Blvd.- April 11, 2026
Supporting Documents:
-
19. E2026-8
CH 28 Special Event Permit: African Arts in the Park Cultural Festival- Harrison St from Orange Ave to Central Ave , Central Ave from Harrison St to Ray Charles Blvd.- April 11, 2026
Supporting Documents:
-
20. E2026-8
CH 28 Special Event Permit: Summer Vibes- 7th Ave. between 15th & 21st Sts.- April 12, 2026
Supporting Documents:
-
21. E2026-8
CH 28 Special Event Permit: Taste of Water Street- Water St. between Channelside Dr. & Cumberland Ave., Raybon Ct.- April 16, 2026
Supporting Documents:
-
22. E2026-8
CH 28 Special Event Permit: 21st Annual Tampa Bay Caribbean Carnival- Harrison St from Orange Ave to Hank Ballard St, Central Ave from Harrison St to Ray Charles Blvd, Hank Ballard St from Harrison St to Cass St, Cass St from Nebraska Ave to Hank Ballard St- April 18, 2026
Supporting Documents:
-
23. E2026-8
CH 28 Special Event Permit: Tampa Police Memorial Ceremony- Franklin St. & Madison St.- May 6, 2026
Supporting Documents:
-
24. INF26-21626
Resolution approving the renewal of an award between the City of Tampa and SAT Industrial Supplies & Solutions LLC, with a 2.7% Consumer Price Index (CPI) Price Increase, for the purchase of Large Diameter Ductile Iron Pipe (Sheltered Market Solicitation) in the estimated amount of $600,000 for use by the Water Department; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City renew its existing award with SAT Industrial Supplies & Solutions LLC for the provision of Large Diameter Ductile Iron Pipe (Sheltered Market Solicitation) for use by the Water Department for an additional one-year term. The existing award was made March 2024. This award is in its first renewal term. SAT Industrial Supplies & Solutions LLC provides satisfactory service, quality of product and performance. The Water 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. SAT Industrial Supplies & Solutions LLC has agreed to renew Large Diameter Ductile Iron Pipe (Sheltered Market Solicitation) with a Consumer Price Index (CPI) price escalation of 2.7% which is allowed per the bid. Pursuant to the review by the Equal Business Opportunity (EBO) Division, it was determined that the EBO Sheltered Market Solicitation provision would apply in the bid specifications to eligible SLBE firms. SAT Industrial Supplies & Solutions LLC is a City Certified Small Local Business Enterprise (SLBE).Supporting Documents:
-
25. INF26-21813
Resolution authorizing an Amendment to the Agreement for Consultant Services between the City of Tampa and Webster Environmental Associates, Inc. regarding Contract 25-D-00021 Howard F. Curren AWTP Junction Chamber No.1 Odor Control System Replacement in the amount of $1,167,190; authorizing the Mayor to execute said Amendment on behalf of the City of Tampa; providing funding thereof; and providing an effective date.
Background Details
1. Background a. Contract Title: Howard F. Curren AWTP JC No.1 Odor Control System Replacement Address of Project: 2700 Maritime Blvd. Tampa, FL 33605 b. Number of bidders/submitters: N/A c. Names of bidders/submitters: N/A d.Dollar amount: •The total Contract estimate will be $1,611,565.00 • The Initial design agreement was for $444,375.00 • Agreement Amendment# 1 is for $1,167,190.00 e. Why the awardee was selected: Most qualified, according to CCNA Committee scores. 2.Contractor/Firm: Webster Environmental Associates, Inc. 3.Business Case: • This project is to design a replacement odor control system for Junction Chamber No. 1 (JC 1) located at the Howard F. Curren Advanced Wastewater Treatment Plant (HFCAWTP). The Wastewater Department has previously performed studies for the odor control system replacement and has a preliminary design recommendation for the new system. However, the City has received recent odor complaints since the development of the preliminary designSupporting Documents:
-
26. INF26-22125
Resolution accepting the proposals of Turtle Infrastructure Partners, LLC and Precision Paving of Tampa, Inc. in the adjusted amount of $550,000 each, pertaining to Contract 26-C-00005 Cold Milling of Existing Asphaltic Concrete Roadways FY26; authorizing the Mayor of the City of Tampa to execute said Contracts on behalf of the City of Tampa; providing an effective date.
Background Details
1. Background: a. Contract Title: Cold Milling of Existing Asphaltic Concrete Roadways FY26 b. Address of Project: Various locations throughout the City c. Number of bidders/submitters: Four (4) d.Names of bidders/submitters: • Turtle Infrastructure Partners LLC • Precision Paving of Tampa, Inc. • Icon Construction Enterprise, LLC • Stripe A Lot of America II Corp e. Dollar amount: $550,000.00 f. Why the awardee was selected: The Department has elected to award to two (2) bidders. The basis of award referred to in Item I-2.11 of Instructions to Bidders shall be the greatest amount of work, which can be accomplished within the funds available as budgeted. 2. Contractor/Firm: Turtle Infrastructure Partners LLC and Precision Paving of Tampa, Inc. 3.Business Case: Project provides for cold milling of existing roadways within the City of Tampa as part of the Pavement Management Program. This is a one-year annual contract which can be renewed for 2 additional 1 year periods. This is an annual contract; work is issued by location on a work order basis. 4. Equal Business Opportunity (EBO) Statement: Following a review by the Equal Business Opportunity (EBO) Division, (Turtle Infrastructure Partners LLC.) has been confirmed to be in full compliance with all GFECP requirements. They actively contacted and solicited City of Tampa certified firms, resulting in SLBE participation that meets and exceeds the established goal, with a total participation rate of SLBE = 28.62%. 5. Sustainability and Resiliency: The project provides for roadway 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 Pavement Management Program. 6. Community Engagement: The Mobility 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. 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. b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 360 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.Supporting Documents:
-
27. INF26-22145
Resolution approving the renewal of awards between the City of Tampa and John Mader Enterprises, Inc. as Primary Awardee, without a price increase, in the estimated amount of $350,000 and between the City of Tampa and TAW Orlando Service Center, Inc. as Secondary Awardee, without a price increase, in the estimated amount of $150,000, for the furnishing of Electric Motor and Pump Repairs at the Wastewater Department Facilities in the total estimated amount of $500,000 for use by the Wastewater Department; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City renew its existing awards with John Mader Enterprises, Inc. and TAW Orlando Service Center, Inc. for the provision of Electric Motor and Pump Repairs at the Wastewater Department Facilities for use by the Wastewater Department for an additional one-year period. The existing awards commenced November 2023. These awards are in their first renewal terms which were extended to April 2, 2026, per the bid document Section 4.13.1 Supplemental Unilateral Renewal Periods. John Mader Enterprises, Inc. and TAW Orlando Service Center, Inc. provide satisfactory 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 awards for an additional one-year period. John Mader Enterprises, Inc. and TAW Orlando Service Center, Inc. have agreed to renew Electric Motor and Pump Repairs at the Wastewater Department Facilities 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.Supporting Documents:
-
28. INF26-22147
Resolution approving the bids of Core & Main LP, Empire Pipe & Supply Company, Inc., Ferguson Enterprises, LLC dba Ferguson Waterworks and Staline Waterworks, Inc. for the furnishing of Fire Hydrants and Associated Parts (Re-Bid) in the estimated total amount of $350,000 for use by the Water Department, Distribution and Engineering Divisions; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
1. Department or Location of Project: Water Department, Distribution Division 2. Total number of vendors that accessed and downloaded bid: 18 3. Number and List of bidders: Five; Core & Main LP, Empire Pipe & Supply Company, Inc., Ferguson Enterprises, LLC dba Ferguson Waterworks, Fortiline, Inc., Staline Waterworks, Inc. 4. Award amount: $350,000 5. Why the winning bid was selected: The lowest, responsive, and responsible bidders. It is recommended that the City award Fire Hydrants and Associated Parts (Rebid) to Core & Main LP, Empire Pipe & Supply Company, Inc., Ferguson Enterprises, LLC dba Ferguson Waterworks, and Staline Waterworks, Inc. for use by the Water Department, Distribution Division. 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 responses from Core & Main LP, Empire Pipe & Supply Company, Inc., Ferguson Enterprises, LLC dba Ferguson Waterworks, and Staline Waterworks, Inc. and comments were supplied via DepartmentSupporting Documents:
-
29. INF26-22148
Resolution approving the renewal of an award between the City of Tampa and Odyssey Manufacturing Co., with a 2.6% Consumer Price Index (CPI) price escalation, for the furnishing of Sodium Hypochlorite (Re-bid) in the estimated amount of $2,246,662 for use by the Water Department, the Wastewater Department and the Department of Solid Waste and Environmental Program Management; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City renew its existing award with Odyssey Manufacturing Co. for the provision of Sodium Hypochlorite Supply (Re-Bid) for use by various departments for an additional one-year term. The existing award was made March 2024. This award is in its first renewal term which was extended to April 6, 2026, per the bid document Section 4.18.1 Supplemental Unilateral Renewal Periods. Odyssey Manufacturing Co. provides excellent service, quality of product and performance. The Water, Wastewater and Solid Waste Departments have 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. Odyssey Manufacturing Co. has agreed to renew Sodium Hypochlorite Supply (Re-Bid) with a Consumer Price Index (CPI) price escalation of 2.6% which is allowed per the bid. Equal Business Opportunity (EBO) Statement: Pursuant to the review by the Equal Business Opportunity (EBO) Division, this one year renewal contract is in compliance.Supporting Documents:
-
30. INF26-22151
Resolution approving the bid of metroSTOR, Inc. for the furnishing of Enclosures for Solid Waste Dumpsters and Carts in the estimated amount of $207,914 for use by the Department of Solid Waste and Environmental Program Management; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
1. Department or Location of Project: Department of Solid Waste and Environmental Program Management 2. Total number of vendors that accessed and downloaded bid: 25 3. Number and List of bidders: two, metroSTOR Inc., Technology International, Inc. 4. Award amount: $207,914 5. Why the winning bid was selected: The City of Tampa Department of Solid Waste and Environmental Program Management recommends awarding this to metroSTOR Inc. as the lowest responsive and responsible bidder for Enclosures for Solid Waste Dumpsters and Carts. It is recommended that the City award Enclosures for Solid Waste Dumpsters and Carts to metroSTOR Inc. for use by the Department of Solid Waste and Environmental Program Management. The term of the award is for a (1) one-year term with (1) one additional (1) one-year renewal option. The Department has reviewed and approved the bid response from metroSTOR 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 2 or more firms were not ready, willing, and able.Supporting Documents:
-
31. INF26-22152
Resolution approving the renewal of an award between the City of Tampa and Polydyne Inc., without a price escalation, for the furnishing of Sludge Conditioning Polymer (Re-Bid) in the estimated amount of $270,000 for use by the Water Department; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City renews its existing award with Polydyne Inc. for the provision of Sludge Conditioning Polymer (Re-Bid) for use by the Water Department, Production Division, for an additional one-year term. The existing award was made in April 2024. This award is in its original award term. Polydyne Inc. provides excellent service, quality of product and performance. The Water Department, Production 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. Polydyne Inc. has agreed to renew Sludge Conditioning Polymer (Re-Bid) without a price escalation. Pursuant to the review by the Equal Business Opportunity (EBO) Division, this one year renewal contract is in compliance.Supporting Documents:
-
32. INF26-22172
Resolution accepting the proposal of Harris-McBurney Company pertaining to Contract 25-C-00020 Sherwood Heights Pumpstation Force Main Relocation, in the amount of $589,044.67; authorizing the Mayor of the City of Tampa to execute said Contract on behalf of the City of Tampa; providing an effective date.
Background Details
1. Contract Title: 25-C-00020 Sherwood Heights Pumpstation Force Main Relocation a. Address of Project: 26th St between 111th and 109th Avenues and 25th Street between 109th Avenue and Bougainvillea b. Number of bidders/submitters: 11 c.Names of bidders/submitters: •Harris-McBurney Company •Carl Hankins, Inc dba Sheppard Electrical Services •Sunrise Utility Construction, Inc. •Augustine Construction, Inc. •DB Civil Construction, LLC •Midsouth Inc. •EZ Contracting LLC •Pabon Engineering, Inc. •Dallas 1 Corporation dba Dallas 1 Construction and Development •Kamminga & Roodvoets, Inc. •Cathcart Construction Company - Florida, LLC d. Dollar amount: $589,044.67 e. Why the awardee was selected: The lowest responsible responsive bidder was selected pursuant to FS 255.20. 2.Contractor/Firm: Harris-McBurney Company 3. Business Case: This project provides for furnishing all labor, materials and equipment to perform the installation of approximately 2,236 LF of 8” PVC FM by direct bury, horizontal directional drill and CSX and highway jack and bore crossings including, but not limited to, FM interconnections, MOT, asphalt pavement restoration, sodding and project videotaping. 4. Equal Business Opportunity (EBO) Statement: Following a review by the Equal Business Opportunity (EBO) Division, Harris-McBurney Company has been confirmed to be in full compliance with all GFECP requirements. They actively contacted and solicited City of Tampa certified firms, resulting in SLBE participation that meets and exceeds the established goal, with a total participation rate of: SLBE = 21.41%. 5. Sustainability and Resiliency: This project provides for the replacement of the force main that serves the Sherwood Heights Pumping Station. Proposed 2,350 feet of 8" force main on 26th St between 111th and 109th Avenues and 25th Street between 109th Avenue and Bougainvillea. The force main replacement project will replace aging, deteriorated pipelines that have reached the end of their useful life and are susceptible to failure that can cause wastewater overflows that impact public health, safety, and the environment. The new force main will provide additional capacity for future development and lower energy costs of public and private pumping stations. 6. Community Engagement: The Wastewater 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. 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. b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 365 consecutive calendar days. • A full-time construction inspector will be on-site during the project to ensure quality of construction. • 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:
-
33. INF26-22314
Resolution authorizing execution of a settlement agreement between the City of Tampa and the Florida Department of Environmental Protection; authorizing payment of penalties in the amount of five hundred eighty-four thousand seven hundred forty-three dollars ($584,743.00) to the Florida Department of Environmental Protection or the expenditure of eight hundred seventy-seven thousand one hundred fourteen dollars and fifty cents ($877,114.50) toward an in-kind penalty project; authorizing the execution thereof by the mayor of the City of Tampa; and providing an effective date. Memorandum from Eric A. Weiss, Director of Wastewater Department, transmitting additional information for said agenda item. (To be R/F)
Background Details
On February 25, 2026, the Florida Department of Environmental Protection (“FDEP”) issued the 2nd Revised Proposed Settlement Agreement OGC File No. 25-1062 (“Settlement Agreement”) as its final agency enforcement action against the City of Tampa (“City”) for 2022 through 2025 permit exceedances associated with the operating permit for the City of Tampa wastewater system. The majority of the wastewater overflows included in the Settlement Agreement are directly associated with Hurricanes Debby, Helene, and Milton. The storm surge from Hurricane Helene resulted in the flooding of seven (7) wastewater pumping stations. The winds from Hurricane Milton resulted in 100+ wastewater pumping stations being without TECO power. A byproduct of the PIPES program’s successful replacement of over 200 miles of aging wastewater pipes is a reduction in the quantity of groundwater and stormwater leaching into the pipes, thereby increasing the concentration of nitrogen in the wastewater treatment system. The City is implementing a Dissolved Air Reactor Rehabilitation Project at HFCAWTP that will address the elevated nitrogen levels issue upon its planned completion in August of 2029. Although the Settlement Agreement includes a penalty of FIVE HUNDRED EIGHTY-FOUR THOUSAND SEVEN HUNDRED FORTY-THREE DOLLARS ($584,743.00), payable to the Department of Environmental Protection (“FDEP”), it also allows the City the option of electing to conduct a FDEP-approved in-kind penalty project valued at least at 150% of the penalty amount in lieu of paying the penalty amount to FDEP. This resolution provides funding in the amount of EIGHT HUNDRED SEVENTY-SEVEN THOUSAND ONE HUNDRED FOURTEEN DOLLARS AND FIFTY CENTS ($877,114.50) from the Wastewater Capital Project fund for the In-Kind Project consisting of the purchase and installation of emergency generators at wastewater pump stations that lost power during the 2024 hurricanes unless FDEP declines to approve the In-Kind Project, in which case this Resolution provides funding for payment of the penalty amount of FIVE HUNDRED EIGHTY- FOUR THOUSAND SEVEN HUNDRED FORTY-THREE DOLLARS ($584,743.00) from the Wastewater Operating Fund Account to FDEP.Supporting Documents:
-
34. INF26-22326
Resolution authorizing an Agreement for Consultant Services in the amount of $1,841,429.37 between the City of Tampa and Dewberry Engineers Inc. in connection with Contract 25-D-00039 Wastewater Pumping Station Rehabilitations Design Services; authorizing the Mayor of the City of Tampa to execute same; providing an effective date.
Background Details
1. Contract Title: Wastewater Pumping Station Rehabilitations Design Services a. Address of Project: Throughout the City’s wastewater collection system. b. Number of bidders/submitters: 13 (thirteen) c.Names of bidders/submitters: • Carollo Engineers, Inc •CHA Consulting, Inc. • Chen Moore and Associates, Inc. • CPH Consulting, LLC • Dewberry Engineers Inc. • Freese and Nichols, Inc. • GFT Infrastructure, Inc. • Kennedy/Jenks Consultants, Inc. • Kimley-Horn and Associates, Inc. • Stantec Consulting Services Inc. • Tetra Tech, Inc. • V&A Consulting Engineers, Inc. • Wright-Pierce, Inc. d.Dollar amount: • The total Contract estimate will be $3,000,000-$4,000,000. •This Initial design agreement is for $1,841,429.37 e. Why the awardee was selected: Most qualified, according to CCNA Committee scores. 2. Contractor/Firm: Dewberry Engineers Inc. 3.Business Case: • The project is to obtain Professional Engineering services for work necessary to complete the design for rehabilitation of various small/medium City maintained pumping stations located throughout the City’s wastewater collection system. •This initial agreement is to rehabilitate four existing wastewater pumping stations Indiana, Knights, Severn and Trilby. 4. Equal Business Opportunity (EBO) Statement: Dewberry Engineers Inc., the prime contractor, is utilizing three (3) City of Tampa-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. 6. Community Engagement: N/A 7. Project: a.Contract delivery method: This is a Design project. b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 248 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.Supporting Documents:
-
35. INF26-22328
Resolution authorizing Change Order 3 Final to GMP 3 to Contract 17-C-00038 Harbour Island Force Main Replacement – Design-Build, between the City of Tampa and Kimmins Contracting Corp.; a decrease of $616,571.52 and final payment in the amount of $10,000; authorizing execution of said Change Order by the Mayor of the City of Tampa; providing an effective date.
Background Details
1. Contract Title: 17-C-00038; Harbour Island Force Main Replacement Design-Build a. Address of Project: Harbour Island, Tampa, FL 33602 b.Names of bidders/submitters: Kimmins Contracting Corp c.Dollar amount: • The Original Contract Amount was $1,817,483.00. • Sum of previous change orders $82,491,096.34 • Change Order 3 (final closeout) is a credit to the City with $616,571.52 which will bring the Revised Contract Amount to $83,692,007.82. 2. Contractor/Firm: Kimmins Contracting Corp 3.Business Case: a. The Harbour Island Force Main (FM) was originally constructed in 1951 and is at the end of its useful life and must be replaced. This pipeline is at risk for catastrophic failure which, if it were to occur, would result in a serious public health and safety crisis. The replacement route is through the downtown area, not on Harbour Island. The FM carries approximately 1/3 of the sewage for the City of Tampa service area including wastewater generated on Harbour Island. This necessitates that existing 12-inch FM be extended from Harbour Island across Garrison Channel to the downtown area so it can connect to the replacement FM. The 54- inch FM will be installed via microtunnel method across Garrison Channel and the Ybor Turning Basin to Fort Brooke Cotanchobee Park. Microtunneling and Jack and Bore Tunneling amounts to $39.4 million of this contract. The microtunneling is highly specialized work performed by only four contractors internationally. It will be installed via two 80 feet deep, 40 feet in diameter shafts using remote controlled drilling heads. This is the third longest 78-inch diameter microtunnel in the United States. b. This Change Order provides for close-out of the project, release of retainage for GMP# 1- $0, GMP#2 - 426,207.47 and GMP#3 - 190,364.05 with total credit to the City of $616,571.52, and final payment of $10,000.00. 4. Equal Business Opportunity (EBO) Statement: Kimmins Contraction Corp., the prime contractor, has utilized twelve (12) City of Tampa-certified firms for subcontracting. 5. Sustainability and Resiliency: N/A 6. Community Engagement: N/A 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 b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget): N/ASupporting Documents:
- Summary Sheet- COVER SHEET (opens in new tab)
- R17-C-00038GMP3CO3F.PDF (opens in new tab)
- 17-C-00038 2017-1046 KIMMINSHARBORISLANDFORCEMAINREPL-DB.PDF (opens in new tab)
- 17-C-00038 HARBOUR ISLAND FORCE MAIN NTP & EXEC DOCS.PDF (opens in new tab)
- 17-C-00038 AMEND1 RESOLUTION 2018-980 COMPLETE.PDF (opens in new tab)
- 17-C-00038 DB AMEND NTP-EXECDOCS.PDF (opens in new tab)
- 17-C-00038 DB AMEND 2 RESOLUTION 2019-278 COMPLETE.PDF (opens in new tab)
- 17-C-00038 AMEND 2 NTP-EXECDOCS.PDF (opens in new tab)
- 17-C-00038 AMEND 3 RESOLUTION 2019-522 COMPLETE.PDF (opens in new tab)
- 17-C-00038 AMEND 3 NTP-EXECDOCS.PDF (opens in new tab)
- 17-C-00038 DB GMP RESOLUTION 2018-981 COMPLETE.PDF (opens in new tab)
- 17-C-00038 GMP AGMNT-NTP-EXECDOCS.PDF (opens in new tab)
- 17-C-00038 DB GMP 2 RESOLUTION 2019-872 COMPLETE.PDF (opens in new tab)
- 17-C-00038 DB INITIAL GMP 2 NTP-EXECDOCS.PDF (opens in new tab)
- 17-C-00038 DB GMP 3 AGMNT RESOLUTION 2020-716 COMPLETE.PDF (opens in new tab)
- 17-C-00038 DB GMP 3 NTP-EXECDOCS.PDF (opens in new tab)
- 17-C-00038 GMP3 CO1 RESOLUTION 2024-478 COMPLETE.PDF (opens in new tab)
- 17-C-00038 GMP 3 CO1 EXEC.PDF (opens in new tab)
- 17-C-00038 GMP3 CO2 RESOLUTION 2025-431 COMPLETE.PDF (opens in new tab)
- 17-C-00038 GMP3 CO2 EXEC.PDF (opens in new tab)
- 17-C-00038DESIGNCRITERIAU.PDF (opens in new tab)
- 17-C-00038RFQDU.PDF (opens in new tab)
-
36. INF26-22379
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 $200,000 for the Cityworks licensing capital lease for use by the Water Department within the Water Operations Fund; providing an effective date.
Background Details
This resolution realigns $200,000 within the Water Operations Fund for use by the Water Department for the City to comply with Government Accounting Standards Board (GASB) Statement No. 96 guidelines for the Cityworks licensing agreement. The financial resolution realigns the cost from an operating expense to a debt expense resulting in no increase to theSupporting Documents:
-
37. F26-21575
Resolution approving a Business Associate Agreement between the City of Tampa and Gallagher Benefit Services, Inc. (“Gallagher”) to the extent Gallagher serves as a Business Associate to adhere to the HIPAA rules for use by the Human Resources & Talent Development Department; authorizing the Mayor to execute said agreement; providing an effective date.
Background Details
The City of Tampa Human Resources & Talent Development Department, through its Employee Health Plans Administrator, United HealthCare Services, Inc. desires to share certain information with Gallagher Benefits Services, Inc. (“Gallagher”), some of which may constitute Protected Health Information, for Gallagher to assist in marketing for catastrophic coverages. Equal Business Opportunity (EBO) Statement: No EBO overlay permitted, as this is an information share request.Supporting Documents:
-
38. F26-22315
Resolution of the City of Tampa, Florida authorizing the reissuance, for federal tax purposes (the "reissuance"), pursuant to Section 147(f) of Internal Revenue Code of 1986, as amended, of its outstanding Educational Facilities Revenue Note (Trinity School for Children Project), Series 2015a and Educational Facilities Refunding Revenue Note (Trinity School for Children Project), Series 2015b (collectively, the "Series 2015 Notes") in order to amend certain documents securing the Series 2015 Notes; approving the form of and authorizing the execution and delivery of a first amendment to financing agreement relating to the Series 2015 Notes; authorizing the execution and delivery of all other related instruments; providing for consents and other miscellaneous matters in connection with the foregoing; and providing an effective date. Memorandum from Michael D. Perry, Deputy Chief Financial Officer, transmitting a written report for said agenda item. (To be R/F)
Background Details
In June 2015, through the issuance of its Educational Facilities Revenue Notes (Trinity School for Children Project), Series 2015 (the "Series 2015 Notes"), the City of Tampa (the "City") assisted Tampa School Development Corporation d/b/a Trinity School for Children, a 501(c)(3) entity and a Florida not for profit corporation (the "School"), in accessing $9.4 million in tax-exempt financing through a bank loan with Valley National Bank, formerly known as USAmeriBank (the "Bank"). The Series 2015 Notes are only secured by monies and property provided by the School and the City is not responsible for repayment of the Series 2015 Notes. In connection with the loan, the School contractually agreed to indemnify the City for its facilitation of the tax-exempt financing. The Bank and the School would like to restructure the Series 2015 Notes and continue their business relationship, which will require a new public hearing and amendments to some of the financing documents related to the Series 2015 Notes. The purpose of this resolution is to authorize the reissuance of the Series 2015 Notes for federal tax purposes and certain amendments to the underlying documentation for the Series 2015 Notes, including adjustments to the interest rate to reflect current market conditions, changes to the maturity date, extensions to the Bank's holding period, and other minor modifications approved by the Bank.Supporting Documents:
-
39. F26-22365
(Part 1 of 2)(See Item 40) Resolution approving a cooperative Agreement for Software and SaaS Solutions under Region 14 Education Service Center Contract #159574 for the purchase of OpenGov Software and Services between the City of Tampa and Vertosoft LLC in the total amount of $2,771,146.53 and approving an OpenGov End User License Agreement between OpenGov, Inc. and the City of Tampa for use by the Revenue and Finance Department; authorizing the execution thereof by the Mayor of the City of Tampa; providing an effective date. Memorandum from Michael D. Perry, Deputy Chief Financial Officer, transmitting additional information for said agenda. (To be R/F)
Background Details
It is recommended that the City purchase under Region 14 Education Service Center Contract #159574. This cooperative contract was competitively sourced with (31) thirty-one proposals received by the lead purchasing agency. In comparing prices with the Region 14 Education Service Center Contract #159574 for New OpenGov Application Builder Implementation Project to the open market, the cost is $3,125,000 per year. The City saves 68% by purchasing from the Region 14 Education Service Center Contract #159574. Equal Business Opportunity (EBO) Statement: There was no EBO Participation as this purchase is being made under Region 14 Education Service Center Contract #159574.Supporting Documents:
-
40. F26-19617
(Part 2 of 2)(See Item 39) 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 $731,244.23 within the Utilities Services Tax Capital Project Fund for the OpenGov Application Builder Implementation project; providing an effective date.
Background Details
This financial resolution realigns $731,244.23 from capital outlay budget reserves to the new OpenGov Application Builder Implementation project within the Utilities Services Tax Capital Project Fund to cover the FY2026 subscription cost in the amount of $731,244.23 (see, Part 1 of 2). The FY2027 subscription cost in the amount of $995,152.30, and the FY2028 subscription cost in the amount of $1,044,750, for an estimated total of $2,039,902.30, will be provided by the general fund (see, Part 1 of 2)Supporting Documents:
-
41. F26-22378
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 $483,000 within the General Fund for use by the Technology and Innovation department for the construction management system through e-builder under GASB Statement No. 96 guidelines; Providing an effective date.
Background Details
This resolution realigns $483,000 within the General Fund for use by the Technology and Innovation department for the City to comply with Government Accounting Standards Board (GASB) Statement No. 96 guidelines for the construction management system through e- builder. The financial resolution realigns the cost from an operating expense to a debt expense resulting in no increase to the budget. GASB 96 provides accounting guidance for subscription-based information technology arrangements that requires the City to recognize a right-to-use subscription asset and a corresponding liability for contracts exceeding 12 months.Supporting Documents:
-
42. DEO26-21803
Resolution approving the execution by the Mayor and attestation by the City Clerk of a First Amendment to Reciprocal Easement Agreement between the City of Tampa and KS Ybor Tampa Park 2 Property Owner LLC (as successor in interest to KS Tampa Park Property Owner LLC) and KSM Ybor Phase I Property Owner LLC (“Developer”) for reciprocal access easements over portions of property generally located between Scott Street and Nick Nuccio Parkway, South of Lily White Court and North of Scott Drive, Tampa, Florida (generally known as Gas Worx); amending legal descriptions and extending easements and other provisions to KSM Ybor Phase I Property Owner LLC; providing an effective date.
Background Details
Background: Pursuant to Resolution No. 2022-635, the City of Tampa (the “City”) and KS Tampa Park Property Owner LLC and KSM Ybor Phase I Property Owner LLC (collectively, the “Developer”) entered into a Reciprocal Easement Agreement, dated August 16, 2022 (“REA”) whereby the parties granted access easements and utility easements over portions of property generally located between Scott Street and Nick Nuccio Parkway, south of Lily White Court and north of Scott Drive, Tampa, Florida (generally known as Gas Worx). The parties desire to amend the REA to correct the legal descriptions (Exhibits A and B were inadvertently swapped in the original easement) and to clarify that the easements and provisions apply to KSM Ybor Phase I Property Owner LLC.Supporting Documents:
-
43. DEO26-22319
Resolution approving the execution by the Mayor and attestation by the City Clerk of an Easement Agreement from the City of Tampa in favor of Peoples Gas System, Inc., for a perpetual easement with the right of ingress and egress for the purpose of placing underground gas facilities in the vicinity of 702 North Ashley Drive, Tampa, Florida; Providing an effective date.
Background Details
Peoples Gas System, Inc. requested an easement from the City of Tampa for a perpetual easement for the purposes of placing, constructing, operating, maintaining, repairing, and replacing, underground facilities at City-owned property located in the vicinity of 702 North Ashley Drive. The City is willing to grant the easement on the terms reflected in the Easement Agreement. It is in the City's best interest to approve the execution of the Easement Agreement.Supporting Documents:
-
44. DEO26-22329
Resolution approving the execution by the Mayor and attestation by the City Clerk of a Private Dock Agreement between the City of Tampa and Demian Miller, for the construction and operation of certain dock structures and facilities over or on a portion of submerged sovereign lands owned by the City in the vicinity of 1510 E. Park Circle, Tampa, Florida; providing an effective date.
Background Details
Demian Miller, owner of the property located at 1510 E. Park Circle, obtained Minor Work Permit No. 81992 from the Environmental Protection Commission for the construction of certain dock structures and related facilities on the Hillsborough River. As the upland property owner adjacent to the waters of the Hillsborough River, Mr. Miller possesses certain riparian rights. Mr. Miller has agreed to enter into a Private Dock Agreement with the City for the use of City-owned submerged lands in order to construct, use, and maintain dock facilities.Supporting Documents:
-
45. DEO26-22330
Resolution approving the execution by the Mayor and attestation by the City Clerk of a Site Access Agreement between the City of Tampa and Universal Solutions, Inc., a Florida corporation, to access city owned property, known as Fire Station Number 17 located at 601 East Davis Boulevard, Tampa, Florida, for the purpose of conducting an environmental site assessment; providing an effective date.
Background Details
The City and FDEP previously entered into a Site Access Agreement in 2015 for environmental monitoring under the Petroleum Restoration Program. FDEP is requesting access for additional monitoring by their vender, Universal Solutions, Inc. The Solid Waste, Real Estate, and Fire Department request approval of the Site Access Agreement to allow Universal Solutions, Inc., access to conduct a soil boring.Supporting Documents:
-
46. DEO26-22331
Resolution approving the execution by the Mayor and attestation by the City Clerk of a Private Dock Agreement between the City of Tampa and Carlo Salvatore Bruno and Margaret Embry Bruno, Co-Trustees of the Carlo and Margaret Bruno Revocable Trust dated June 30, 2025, for the construction and operation of certain dock structures and facilities over or on a portion of submerged sovereign lands owned by the City in the vicinity of 1204 W. Charter Street, Tampa, Florida; providing an effective date.
Background Details
Carlo and Margaret Bruno, owners of the property located at 1204 W. Charter Street, obtained Minor Work Permit No. 81761 from the Environmental Protection Commission for the construction of certain dock structures and related facilities on the Hillsborough River. As the upland property owners adjacent to the waters of the Hillsborough River, Mr. and Mrs. Bruno possess certain riparian rights. Mr. and Mrs. Bruno have agreed to enter into a Private Dock Agreement with the City for the use of City-owned submerged lands in order to construct, use, and maintain dock facilities.Supporting Documents:
-
47. DEO26-22334
Resolution approving the acceptance of a Grant of Stormwater Drainage Easement from Douglas W. Draper and Danielle F. Draper to the City of Tampa for the installation, construction, repair, operation, maintenance and replacement of drainage facilities at 4610 West Lowell Avenue, Tampa, Florida; providing an effective date.
Background Details
The City Stormwater and Real Estate Departments negotiated with the property owner a Stormwater Drainage Easement at 4610 West Lowell Avenue. The City will obtain a 7 foot stormwater easement along the west side of the property.Supporting Documents:
-
48. DEO26-22337
Resolution approving the execution by the Mayor and attestation by the City Clerk of a Ground Lease Agreement between the City of Tampa and Hillsborough County for the use of City-owned real property identified as a potion of Tract 7, Encore, for the purpose of constructing, maintaining, and operating a playground facility in connection with the Head Start Program; providing an effective date.
Background Details
City of Tampa (“City”) owns approximately 2,300 square feet of real property located at the Northeast corner of Central Avenue and E. Harrison Street in Tampa, Florida, identified as a portion of Tract 7, Encore, Folio No. 183341.0096 (the “Premises”). City issued a Request for Proposal soliciting proposals for a ground lease for the construction, maintenance, and operation of a playground facility from interested parties who would have an agreement for space within the Central Park CRA for daycare operations pursuant to RFP No. 25-P-00104 (the “RFP”). Hillsborough County (“Lessee”) submitted a timely response to the RFP and was selected by the City’s RFP Final Selection Committee to lease the Premises for the purpose(s) outlined in the RFP, on behalf of the Head Start Program.Supporting Documents:
-
49. DEO26-22338
Resolution approving the execution by the Mayor and attestation by the City Clerk of a First Amendment to License Agreement between the City of Tampa and New Cingular Wireless, PCS, LLC, a Delaware limited liability company, for the installation and operation of telecommunications equipment on City property at the Tampa Convention Center located at 333 S. Franklin Street, Tampa, Florida, to extend the term; providing an effective date.
Background Details
City of Tampa (“City”) and New Cingular Wireless PCS, LLC, a Delaware limited liability company (“AT&T”), as successor-in-interest to AT&T Wireless Services of Florida, Inc., entered into that certain License Agreement dated January 5, 2001, approved by Resolution2000-1711, as ratified by the Ratification and Reinstatement of License Agreement dated December 9, 2019, approved by Resolution 2019-942 (collectively, the “License Agreement”), regarding the installation and operation of telecommunications equipment on City-owned property at the Tampa Convention Center, located at 333 S. Franklin Street, Tampa, Florida. The final renewal term of the License Agreement expired on December 3, 2025, and City and AT&T desire to enter into the First Amendment to License Agreement to extend the term of the License Agreement by one (1) year, retroactively commencing on December 4, 2025, and terminating on December 3, 2026, to allow time to negotiate a new agreement.Supporting Documents:
-
50. DEO26-22339
Resolution approving the execution by the Mayor and attestation by the City Clerk of A Submerged Lands Easement Agreement between the City of Tampa and Tampa Hillsborough Expressway Authority for the installation, construction, maintenance, operation, repair, inspection and replacement of transportation facilities in the vicinity of the Selmon Expressway and Hillsborough River; providing an effective date.
Background Details
City of Tampa (the “City”) owns certain submerged sovereign lands below the Hillsborough River in the vicinity of the Selmon Expressway. Tampa Hillsborough Expressway Authority (“THEA”) has a capital improvement project that includes the installation, construction, maintenance, operation, repair, inspection, and replacement or widening of roads, bridges, columns or supports for elevated limited-access travel lanes as they pertain to the South Selmon Capacity Project No. 0-2225 (“THEA’s Project”), for use by the THEA and the general public (collectively, the “Transportation Facilities”), together with full right of ingress, egress and access on, in, over, under, across and through the portions of submerged lands owned by the City. Since the Transportation Facilities will be located over or on a portion of submerged sovereign lands owned by the City, the parties desire to enter into a Submerged Lands Easement Agreement to facilitate those activities related to THEA’s Project, under the terms and conditions set forth therein.Supporting Documents:
-
51. DEO26-22367
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 $3,091,837 for the Downtown Core and Non-Core Community Redevelopment Agency (CRA) Funds for fiscal year 2026 appropriation; providing an effective date.
Background Details
On March 12, 2026 the CRA Board approved the following program changes: a. To realign $500,680 from the closed Jackson Street Parking Lot Remediation project, providing $21,888 for the on-going Kid Mason renovations, returning $69,949 to Neighborhood Infrastructure-Core and $408,843 to Neighborhood Infrastructure Non-Core. b. To realign $3,000,000 from Neighborhood Infrastructure Non-Core for the Curtis Hixon Waterfront Park project; both program changes are within the Downtown Core and Non-Core CRA Funds respectively.Supporting Documents:
-
52. DEO26-22380
Resolution approving the execution by the Mayor and attestation by the City Clerk of a Consent to Assignment of Leases between the City of Tampa, Rivergate Tower Owner, LLC, a Delaware limited liability company, and Rivergate Property, LLC, a Florida limited liability company, related to patio and parking leases in connection with the prospective sale of property located at 400 N. Ashley Drive, Tampa, Florida; providing an effective date.
Background Details
The City of Tampa ("City") is the owner of real property, known as the Patio, located immediately adjacent to the west side of the building located at 400 N. Ashley Drive, Tampa, Florida, commonly known as the Rivergate Tower (the "Building") which was leased to Colonnade Ashley, LLC pursuant to the Amended and Restated Patio Lease dated March 31, 2003 (the "Patio Lease"), as amended and assigned. City also owns Level B-1 of the parking garage located adjacent to the Building which was leased to Colonnade Ashley, LLC pursuant to the Amended and Restated Parking Lease dated March 31, 2003 (the “Parking Lease”), as amended and assigned. Rivergate Tower Owner, LLC, as current Lessee of the Patio Lease and Parking Lease, intends to sell the Building and assign its interests to the prospective purchaser. City is willing to execute a Consent to Assignment of Leases upon the terms and conditions stated therein.Supporting Documents:
-
53. DEO26-22381
Resolution approving the execution by the Mayor and attestation by the City Clerk of a Subdivision Agreement between the City of Tampa and D. R. Horton, Inc, for the construction of required infrastructure improvements and related bonding requirements for a new subdivision development to be named Skyway Point Subdivision; providing an effective date.
Background Details
This resolution authorizes the City of Tampa to enter into a Subdivision Agreement with D. R. Horton, Inc. for the development of the Skyway Point Subdivision. The agreement requires the developer to construct all required infrastructure improvements—including streets, drainage systems, water and sewer lines, utilities, sidewalks, lighting, landscaping, and related improvements—prior to the subdivision receiving final plat approval. The agreement also requires the developer to provide bonding, warranties, and indemnification. These provisions protect the City by ensuring the required improvements are completed in accordance with City standards and provide financial and legal safeguards if the developer fails to do so.Supporting Documents:
-
54. DEO26-22402
Resolution of the City Council of the City of Tampa, Florida, approving the Services Agreement by and between the City of Tampa and the Community Redevelopment Agency of the City of Tampa for fiscal year 2026; subject to budget and appropriation; providing an effective date of October 1, 2025, nunc pro tunc.
Background Details
In accordance with Part III of Chapter 163, Florida Statutes (the “Community Redevelopment Act”), Tampa City Council created the Community Redevelopment Agency of the City of Tampa, Florida (the “Agency”), and then appointed the members of Tampa City Council as the governing body of the Agency pursuant to Tampa City Council Resolution No. 2119-H adopted by Tampa City Council on or about September 9, 1982. The Agency is required to adopt a budget in compliance with both the Community Redevelopment Act and the Special Districts Act each fiscal year by resolution and recommend to Tampa City Council that said Agency budget be included in the City of Tampa “General” or “Operating” Budget for the upcoming fiscal year to be adopted by Tampa City Council (2026 fiscal year in this case).Supporting Documents:
-
55. MAM26-22123
Resolution approving the renewal of an Agreement between the City of Tampa and Flowbird America Inc. fka Parkeon, Inc., without a price escalation, for the furnishing of a Parking Management Systems for use by the Mobility Department/Parking Division in the estimated amount of $600,000; providing an effective date.
Background Details
It is recommended that the City renew its existing Agreement with Flowbird America Inc for the furnishing of a Parking Management Systems for use by the Parking Division within the Mobility Department for an additional one-year term. The initial Agreement was made on June 5, 2025 utilizing Sourcewell Contract No. 080321-PRK. Flowbird America Inc provides satisfactory service, quality of product and performance. The Parking Division has reviewed the prices and feels that it is in the best interest of the City to renew the Agreement for an additional one-year period. Flowbird America Inc has agreed to renew Parking Management Systems with Related Equipment, Supplies and Services and retain their current pricing. There was no EBO Participation as this purchase is being made Sourcewell Contract No. 080321-PRK.Supporting Documents:
-
56. MAM26-21625
Resolution approving the purchase under Florida Sheriff's Association Contract No. FSA25-VEH23.0 of Three (3) Freightliner M2 with 20-yard Asphalt Dump Body Vehicles from Tampa Truck Center LLC in the total amount of $558,513.30 for use by the Mobility Department; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City purchase under the Florida Sheriff's Association Contract No FSA25-VEH23.0, Heavy Trucks and Buses. This cooperative contract was competitively sourced with (34) thirty-four bids received by the leading agency. In comparing the prices from the Florida Sheriff's Association Contract No. FSA25-VEH23.0, Heavy Trucks and Buses for the Freightliner M2 with 20-yard Asphalt Dump Body Vehicles to the open market, the cost per vehicle is $195,070.10 for a total cost of three (3) Freightliner M2 with 20-yard Asphalt Dump Body Vehicles is $585,210.30. The City saves $8,899 per vehicle for a total cost saving of $26,697 by purchasing from the Florida Sheriff's Association Contract No FSA25-VEH23.0, Heavy Trucks and Buses contract. There was no EBO Participation as this purchase is being made under the Florida Sheriff's Association Contract No FSA25-VEH23.0, Heavy Trucks and Buses contract.Supporting Documents:
-
57. MAM26-21641
Resolution approving the purchase under Florida Sheriff's Association Contract No. FSA25-VEH23.0 of Two (2) Freightliner M2 with 14 Foot Low Side Dump Body Trucks from Tampa Truck Center LLC in the total amount of $291,787.20 for use by the Mobility Department; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City purchase under the Florida Sheriff's Association Contract No FSA25-VEH23.0, Heavy Trucks. This cooperative contract was competitively sourced with (34) thirty-four bids received by the leading agency. In comparing the prices from the Florida Sheriff's Association Contract No FSA25-VEH23.0, Heavy Trucks for the Freightliner M2 with 14 foot low side dump body trucks to the open market, the per vehicle cost is $152,238.43 for a total cost for two (2) Freightliner M2 with 14 foot low side dump body trucks of $304,476.86. The City saves $6,344.83 per vehicle for a total cost saving of $12,689.66 by purchasing from the Florida Sheriff's Association Contract No FSA25-VEH23.0, Heavy Trucks contract. There was no EBO Participation as this purchase is being made under the Florida Sheriff's Association Contract No FSA25-VEH23.0, Heavy Trucks contract.Supporting Documents:
-
58. MAM26-21898
Resolution approving the purchase under Florida Sheriff's Association Contract No. FSA25-VEH23.0 of One (1) Freightliner M2 with Bergkamp Asphalt Patcher Body Vehicle from Tampa Truck Center LLC in the total amount of $292,542.37 for use by the Mobility Department; authorizing the Director of Purchasing to purchase said property, supplies, materials or services; providing an effective date.
Background Details
It is recommended that the City purchase under the Florida Sheriff’s Association Contract No FSA25-VEH23.0, Heavy Trucks and Buses. This cooperative contract was competitively sourced with (34) thirty-four bids received by the leading agency. In comparing the prices from the Florida Sheriff’s Association Contract No. FSA25-VEH23.0, Heavy Trucks and Buses for the Freightliner M2 with Bergkamp Asphalt Patcher Body Vehicle to the open market, the cost is $298,887.20. The City saves $6,344.83 by purchasing from the Florida Sheriff’s Association Contract No FSA25-VEH23.0, Heavy Trucks and Buses contract. There was no EBO Participation as this purchase is being made under the Florida Sheriff’s Association Contract No FSA25-VEH23.0, Heavy Trucks and Buses contract.Supporting Documents:
-
59. MAM26-22327
(Part 1 of 2)(See Item 60) Resolution approving Grant Agreement No. 06D00626 between the City of Tampa and the United States Environmental Protection Agency, Authorizing execution by the Mayor and attestation by the City Clerk; Providing an effective date.
Background Details
The City of Tampa was awarded an Environmental Protection Agency Community Funded Project for Manhattan Avenue Drainage Improvements in the amount of $959,752. There is no required match for this grant award. The project funds will be used to address critical drainage deficiencies to provide long-term flood relief to a section of Manhattan Avenue as directed in the 2024 Consolidated Appropriations Act. The activities to be performed include the execution and implementation of a new drainage system project designed to intercept and convey stormwater more effectively. Workplan activities consist of installing upsized pipes ranging from 18” to 54” in diameter and new inlets placed on both sides of the roadway to improve runoff capture. The project will also include water main upgrades, sanitary lateral tie- ins, pedestrian improvements, and full roadway reconstruction enhancing both utility service and transportation safety of this designated evacuation route. The anticipated deliverables include selection of a qualified contractor and construction of a functional stormwater system that captures, conveys, and treats runoff to reduce flooding and pollutant loading to Old Tampa Bay. The City of Tampa submitted an application for the subject grant; however, the subsequent award occurred after the formal commencement date of such grant period, and therefore, in order to ensure that the City’s acceptance of the grant funding and any actions undertaken in furtherance of the grant are properly ratified as of the effective start of the grant period, it is necessary and appropriate for the City Council of the City of Tampa to approve and accept the grant nunc pro tunc to the beginning of the grant period, thereby giving retroactive effect to such approval as if it had been granted on the first day of the grant period.Supporting Documents:
-
60. MAM26-22324
(Part 2 of 2)(See Item 59) 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 $959,752 within the Stormwater Grants Fund for the United States Environmental Protection Agency Manhattan Avenue Flood Mitigation Grant; providing an effective date.
Background Details
This resolution appropriates a grant in the amount of $959,752 from the United States Environmental Protection Agency to provide Manhattan Avenue flood mitigation for use by the Mobility Department within the Stormwater Grants Fund.Supporting Documents:
-
61. MAM26-22318
Resolution approving the memorandum of agreement between the City of Tampa and Florida Division of Emergency Management; Authorizing execution by the Mayor and attestation by the City Clerk; Providing an effective date.
Background Details
The city applied for and received an award of two water level sensor units, installation, and a five-year equipment maintenance contract. The contract includes data integration and software development services, effective from the installation date of each sensor unit. These sensors will enhance water monitoring capabilities for FDEM, County Emergency Management agencies, State Agency partners, and the National Weather Service (NWS).Supporting Documents:
-
62. E2026-8
CH 2 (UNAN; Clendenin absent) (Ordinance being presented for second reading and adoption) - An Ordinance of the City of Tampa, Florida, amending Section 2-234 of the City of Tampa code entitled "Representation and Reimbursement in the Defense of Elected Officials" to include City council members acting in their capacity as community Redevelopment agency board members in the definition of "elected officials"; providing for possible reimbursement to the city by the Community Redevelopment Agency for legal fees and costs incurred by the city in representing Community Redevelopment Agency board members; repealing all ordinances in conflict therewith; providing for severability; providing an effective date. (Original motion to approve said ordinance on first reading was initiated by Viera-Maniscalco on February 5, 2026)(Said ordinance was inadvertently omitted from the March 5, 2026 agenda, and a motion to add to March 26, 2026 was initiated by Maniscalco-Miranda on March 12, 2026)
Supporting Documents:
-
63. E2026-8
CH 22 (UNAN) (Ordinance being presented for second reading and adoption) - An ordinance of the City of Tampa, Florida, amending the City of Tampa Code of Ordinances, Chapter 22, Article I, Division 3, Subdivision 3, Section 22-103, “when new sidewalk construction is required; contributions to “sidewalk trust fund” in lieu of constructing a sidewalk”; providing for severability; providing an effective date. (Original motion to approve said ordinance on first reading was initiated by Hurtak-Maniscalco on February 19, 2026)
Background Details
Chapter 166, Florida Statutes, grants municipalities the authority to enact regulations to protect the public health, safety, and welfare. The City of Tampa has determined that amending Chapter 22 of the Code of Ordinances is necessary for efficient administration, promotes and protects the public health, safety, and welfare of its residents, and is consistent with the Comprehensive Plan. A duly noticed public hearing was held by the City Council of the City of Tampa, at which all interested persons were given an opportunity to be heard.Supporting Documents:
-
64. TA/CPA25-16
/CPA25-16 (UNAN) (Ordinance being presented for second reading and adoption) - An ordinance amending the Tampa Comprehensive Plan, future land use element, future land use map, for the property located at 1301 East Columbus Avenue, from Residential-20 (R-20) to Residential-35 (R-35); providing for repeal of all ordinances in conflict; providing for severability; providing an effective date.(Original motion to approve said ordinance on first reading was initiated by Carlson-Maniscalco on February 26, 2026)
Supporting Documents:
-
65. AB2-26-02
(UNAN) (Ordinance being presented for second reading and adoption) - An ordinance approving a Special Use Permit (SU-2) for alcoholic beverage sales – small venue (Consumption on Premises and Package Sales/Off-Premises Consumption) and making lawful the sale of beer and wine at or from the certain lot, plot or tract of land located at 4205 and 4230 South MacDill Avenue, Tampa, Florida, as more particularly described in Section 2; providing that all ordinances or parts of ordinances in conflict are repealed; providing an effective date. (Original motion to approve said ordinance on first reading was initiated by Miranda-Maniscalco on January 29, 2026)(Said public hearing was re-heard as first reading consideration and approved on first reading by Maniscalco-Miranda on February 19, 2026)
Supporting Documents:
- AB2-26-02 CERTIFIED APPLICATION.PDF (opens in new tab)
- AB2-26-02 AFFIDAVIT OF COMPLIANCE.PDF (opens in new tab)
- AB2-26-02 SITE PLAN.PDF (opens in new tab)
- AB2-26-02 STAFF REPORT FINAL.PDF (opens in new tab)
- AB2-26-02 ORDINANCE.PDF (opens in new tab)
- 1. WRITTEN COMMENTS - AB2-26-02.PDF (opens in new tab)
- SUBSTITUE ORDINANCE AB2-26-02.PDF (opens in new tab)
-
66. VAC-26-05
Public hearing on application by 2111 N Boulevard LLC / Adam Harden requesting to vacate a portion of Ross Avenue lying North of Palm Avenue, South of Park Avenue, East of North Boulevard and West Massachusetts Avenue. (Ordinance being presented for first reading consideration) - 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; providing an effective date.
Supporting Documents:
- APPLICATION VAC-26-05 UNSIGNED.PDF (opens in new tab)
- Summary Sheet- COVER SHEET (opens in new tab)
- PB 131 PG 214.PDF (opens in new tab)
- AERIALVAC-26-05_UPDATE.PDF (opens in new tab)
- STAMPED LEGAL VAC-26-05.PDF (opens in new tab)
- STAFF REPORT VAC-26-0000005.PDF (opens in new tab)
- VAC-26-05 AFFIDAVIT OF COMPLIANCE.PDF (opens in new tab)
- VAC 26-05 FINAL ORDINANCE.PDF (opens in new tab)
-
67. HS26-22332
(Ordinance being presented for first reading consideration) - 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.; providing an effective date.
Background Details
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.Supporting Documents:
-
Administration Update
-
69. DEO26-22336
(Placed under Staff Reports due to a super majority vote being required) 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 Daniel Rijos, as Seller, for the purchase of real property in the East Tampa CRA area located at 4539 N. 19th Street, Tampa, Florida, at a purchase price of $290,000 together with closing costs in the approximate amount of $10,000; for community redevelopment purposes; approving the acceptance of the proposed for Warranty Deed; providing an effective date. Memorandum from Michelle Van Loan, Director of Real Estate, transmitting additional information for said agenda item. (To be R/F)
Background Details
The East Tampa CRA requested the Real Estate Department pursue the acquisition of 4539 N. 19th Street (the “Property”) to expand an existing assemblage in the vicinity of N. 19th Street, E. Osborne Avenue, and E. Palifox Street. The acquisition of the Property would be for community redevelopment purposes consistent with the East Tampa Community Redevelopment Plan. The Property was not on the market. Through negotiations, the owner agreed to sell the Property to the City/CRA. The Property consists of approximately 0.18 acres zoned Residential Single Family (RS-50). In addition, the City owns seven parcels in the vicinity totaling 4.81 acres. The Contract for Sale and Purchase (the “Contract”) includes a 60-day due diligence period with two 60-day extensions for a total of a 180-day due diligence period. On March 12, 2026, the CRA Board approved the purchase of the Property in the amount of $300,000 which includes the purchase price and closing costs. The Property owner agreed to sell the Property to the City for $290,000, with closing costs up to $10,000. The City received one (1) appraisal on the Property which yielded an appraised value of $280,000. The purchase price is above the appraised value and therefore requires a super majority vote of City Council pursuant to Section 166.045(1)(b), Florida Statutes, which states an extraordinary or supermajority vote is required to approve the purchase. Staff respectfully requests the approval of the Contract.Supporting Documents:
- RE25-208 4539 N. 19TH STREET RESO AND CONTRACT FOR SALE AND PURCHASE.PDF (opens in new tab)
- RE25-208 4539 N. 19TH STREET SUPPORTING DOCUMENTS - MAP AND CRA MEMO.PDF (opens in new tab)
- Summary Sheet- COVER SHEET (opens in new tab)
- MEMO.FEELEY - 032626 REGULAR COUNCIL SESSION - FILE NO. RE25-208.PDF (opens in new tab)
-
70. INF26-21413
(Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution authorizing execution of an agreement between the City of Tampa and SP Tampa Causeway Partners, LLC for the construction and reimbursement of additional public water distribution facilities; authorizing payment of three million nine hundred fifty-nine thousand eight hundred eighty-one dollars and twelve cents ($3,959,881.12) to the SP Tampa Causeway Partners, LLC for constructing city water facilities; authorizing the execution thereof by the Mayor of the City of Tampa; and providing an effective date. Memorandum from Rory A. Jones, P.E., Director of Water Department, transmitting additional information for said agenda item. (To be R/F)
Background Details
In 2021, SP Tampa Causeway Partners, LLC (“Developer”) sought to develop an office and warehouse project in the general vicinity of 3624 Causeway Boulevard, Tampa, Florida, 33619 (“Project”) and submitted a request for water service to the City of Tampa (“City”) Water Department; and prior to the Developer’s submittal of a request for water service to the Project, the City Water Department’s Potable Water Master Plan identified a need for the City to upgrade existing and install additional water distribution facilities within the Causeway Boulevard right of way, including upgrading 5,513 feet of water main from eight-inch to twelve-inch diameter and installing eleven (11) fire hydrants, (“Facilities”) to service anticipated future growth and increased potable water demand; and construction of a portion of the Facilities was needed in order for the City to provide water service to the Project; and reimbursing the Developer for constructing the City’s water Facilities during their Project’s construction eliminates the need for the City to disrupt Causeway Boulevard to construct the Facilities at a later date at a higher cost; the estimated cost to construct the Facilities in 2026 under the City’s current competitively bid contracts for water facilities installation would be FIVE MILLION THREE HUNDRED THOUSAND DOLLARS ($5,300,000) under contract no. 22-C-0302 and SEVEN MILLION FOUR HUNDRED THOUSAND DOLLARS ($7,400,000) under contract no. 22-C-0303; and it is in the public interest and to the economic advantage of the City to collaborate with the Developer to incorporate the construction of the City’s water Facilitates into their Project and to reimburse the Developer for the costs associated with constructing said Facilities.Supporting Documents:
- FINAL TAMPA MASTER PLAN REPORT 20181001.PDF (opens in new tab)
- Summary Sheet- COVER SHEET (opens in new tab)
- FINAL_ACCEPTANCE_LETTER_COT_WATERMAIN.PDF (opens in new tab)
- UTL-21-0001341, CAUSEWAY REIMBURSEMENT, 2026.02.05 MEMO TO DIRECTOR.PDF (opens in new tab)
- CAUSEWAY AGMNT W RESO FINAL 03.12.26.PDF (opens in new tab)
- MEMO.DUNCAN-BAIRD - 032626 REGULAR COUNCIL SESSION - ONBASE AGENDA ITEM NO. 21413.PDF (opens in new tab)
-
71. INF26-22307
(Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution authorizing an agreement for Design Build Services in the amount of $6,068,935 between the City of Tampa and Vogel Bros. Building Co. in connection with Contract 25-C-00001 Sulphur Springs Pump Station Rehabilitation Design-Build; authorizing the Mayor of the City of Tampa to execute said agreement on behalf of the City of Tampa; providing an effective date. Memorandum from Richard Mutterback, Director of Contract Administration, transmitting additional information for said agenda item. (To be R/F)
Background Details
1. Contract Title: 25-C-00001 Sulphur Springs Pump Station Rehabilitation Design-Build a. Address of Project: 7902 N 13th Street, Tampa, FL 33604 b. Number of bidders/submitters: 1 (one) after 2nd submission deadline. c. Names of bidders/submitters: Vogel Brothers Building Co. d. Dollar amount: • Agreement for Design-Build Initial Services covering Phase 1 of the pre-construction services was for $5,116,165.55, • This GMP 1 Agreement covers the construction cost of the reactivation of the original force main in the amount of $6,068,935.00 which will bring the Total Cost to $11,185,100.55. e. Why the awardee was selected: The qualified single submitter was selected pursuant to FS 287.055 Consultants’ Competitive Negotiation Act (CCNA). 2. Contractor/Firm: Vogel Brothers Building Co. 3.Business Case: • This project provides Design-Build Services to complete the rehabilitation of the Sulphur Springs Pumping Station (also known as 13th Street Pumping Station). Services will be provided under a contract with negotiated fixed fees for assessment of rehabilitation needs, election and evaluation of design alternatives, final design, permitting, project management, overhead, profit, and a guaranteed maximum price with appropriate surety bonds. Services will also include, but not limited to, engineering investigations, site planning, cost estimating, advertising and administration of subcontracts, start-up, O&M manuals, training, and all related work required for a complete project. • The agreement for the Phase 1 of pre-construction services provided to develop a Basis of Design Report (BODR) and included pre-construction services required to develop the Guaranteed Maximum Price (GMP) packages for the reactivation of the original force main (GMP 1) and for the bypass and cleaning of the existing force main (GMP 2). • This agreement is for GMP 1 package covering the construction cost of the reactivation of the original force main. 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 5.2% goal. The Design/Build contractor has acknowledged the narrowly tailored EBO subcontract goal. 5.Sustainability and Resiliency: The Sulphur Springs Pumping Station was placed into service in 1980. Several of the station’s components are original and have reached the end of their useful life. The station rehabilitation shall include, but will not be limited to the following: replacement of all pumps, motors, pump discharge valves, electrical and control components, flow meter, generators and other equipment needed to restore the pumping station reliability and provide improved operation, and building and other improvements needed to accommodate and provide suitable environment for selected equipment. 6.Community Engagement: The Wastewater Public Relations and CAD Construction, Engineering and Inspection (CAD- CEI) team will assist the Firm in the communication efforts to ensure transparency and integration of the stakeholders. Firm, in coordination with the CITY, will host a Public Engagement Workshop to present project information and gather feedback from the attendees. 7. Project: a. Contract delivery method: This is a Design-Build project. b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 217 consecutive calendar days. • The Trimble Unity Construct (Trimble) project management software system will be utilized to optimize the monitoring of schedules and costs. Trimble is a premier system for construction project management.Supporting Documents:
-
72. INF26-22316
(Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution accepting the proposals of Ajax Paving Industries of Florida, LLC Burgess Civil, LLC and Preferred Materials, Inc. pertaining to Contract 26-C-00006 Citywide Resurfacing Contracts in the adjusted amount of $16,900,000 for each contract; authorizing the Mayor of the City of Tampa to execute said contract on behalf of the City of Tampa; providing an effective date. Memorandum from Richard Mutterback, Director of Contract Administration, transmitting additional information for said agenda item. (To be R/F)
Background Details
1. Background: a. Contract Title: Citywide Resurfacing Contract b. Address of Project: Various locations throughout the City c. Number of bidders/submitters: Four (4) d.Names of bidders/submitters: • Ajax Paving Industries of Florida LLC • Burgess Civil, LLC • Preferred Materials, Inc. • C.W. Roberts Contracting, Inc. e. Dollar amount: $16,900,000 each f. Why the awardee was selected: The Department has elected to award to three (3) bidders. The basis of award referred to in Item I-2.11 of Instructions to Bidders shall be the greatest amount of work, which can be accomplished within the funds available as budgeted. 2. Contractors/Firms: Ajax Paving Industries of Florida LLC, Burgess Civil, LLC, and Preferred Materials, Inc. 3. Business Case: Project provides for citywide roadway improvements including milling and resurfacing, curb work, tree removal, landscape restoration, utility adjustments, drainage improvements, striping and signage improvements, signalization, sidewalk improvements, ADA crosswalks and ramps, traffic calming, erosion control, and all ancillary work incidental to construction. This is a two (2)-year annual contract; work is issued by location on a work order basis. 4.Equal Business Opportunity (EBO) Statement: a. Following a review by the Equal Business Opportunity (EBO) Division, Ajax Paving Industries of Florida, LLC 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 = 12.41%. b. Following a review by the Equal Business Opportunity (EBO) Division, Burgess Civil LLC 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 = 32.5%. c. Following a review by the Equal Business Opportunity (EBO) Division, Preferred Materials, 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 = 15.29%. 5. Sustainability and Resiliency: The project provides for roadway improvements 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 Pavement Management Program. 6. Community Engagement: The Mobility 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. 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. b. Placemaking: N/A c. Time, Quality Assurance, Cost Monitoring (Budget) • 720 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.Supporting Documents:
-
73. MAM26-20327
(Part 1 of 2)(See Item 74) (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution of the City of Tampa, Florida, regarding reimbursement of certain costs relating to the acquisition, construction and equipping of the Tampa Multi-Modal Network and Safety Improvements (West Riverwalk Project); providing an effective date. Memorandum from Michael D. Perry, Deputy Chief Financial Officer, transmitting additional information for said agenda item. (To be R/F)
Background Details
Staff is requesting Council to approve the Reimbursement Resolution allowing the City to reimburse various costs and expenditures related to the acquisition, construction and equipping of the West Riverwalk Project. Adoption of the reimbursement resolution preserves the City’s ability to issue tax-exempt debt. Without adoption of the reimbursement resolution, any debt issued for this project would be issued as taxable debt at a higher interest rate. 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 shall come from the issuance of tax-exempt debt which is currently not expected to exceed $16,855,530 aggregate principal amount. It is currently the intention of the City to issue tax-exempt debt from a covenant of the City to budget and appropriate sufficient legally available non-ad valorem revenues of the City. Background: The City previously approved a design-build agreement with The Haskell Company in the amount of $56,855,530 for professional design-build services in connection with the Tampa Multi-Modal Network and Safety Improvements Project (West Riverwalk Project), per Resolution 2024-660, dated July 18,2024. Additionally, the West Tampa Community Redevelopment Agency (CRA) recently approved contributing an additional $3,400,000 for a total of $10,000,000 over three fiscal years (FY2025, FY2026, and FY2027). Proposed Funding Scenario: The Proposed Funding Scenario includes reducing the Potential Non-Ad Valorem Debt by $10,000,000 and increasing $3,400,000 from the West Tampa CRA in FY2027. Please see Exhibit A for the project's funding scenario upon adoption of the FY2027 Budget, which becomes effective on October 1, 2026. Staff is requesting Council’s consideration to adopt a concurrent financial resolution reducing the amount of debt proceeds by $10,000,000.Supporting Documents:
-
74. MAM26-20369
(Part 2 of 2)(See Item 73) (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 $10,000,000 within the Non Ad Valorem Bonds CIP Fund - Future Debt for the Tampa Multi Modal Network and Safety Improvements Project; providing an effective date. Memorandum from Michael D. Perry, Deputy Chief Financial Officer, transmitting additional information for said agenda item. (To be R/F)
Background Details
The City previously approved an adjusted score design-build agreement with The Haskell Company, in the amount of $56,855,530 for professional design-build services in connection with the Tampa Multi Modal Network and Safety Improvements project, more commonly referred to as the West Riverwalk Build project, per Resolutions 2024-660 and 2024-661, dated July 18, 2024. This award was partially funded with future debt proceeds in the amount of $26,855,530. The West Tampa Community Redevelopment Agency (CRA) recently approved a $10.0 million appropriation, over three fiscal years (FY2025, FY2026, and FY2027), to serve as a local match, within the CRA’s geographical boundaries, to the Federal Build Grant. The CRA’s contribution to this project has reduced the amount of future debt proceeds required to complete the project. Therefore, this financial resolution decreases the appropriation within the Non Ad Valorem Bonds CIP Fund - Future Debt for the Tampa Multi Modal Network and Safety Improvements Project from $26,855,530 to $16,855,530. The Federal Build Grant requires the City to contribute a locally funded match of 50% or $24.0 million. As shown below, the amount of non-grant and non-debt proceeds match is insufficient to provide the required future match for areas outside the CRA . Therefore, the City will need to start using debt proceeds to match the Federal Grant which will require Council to approve the concurrent reimbursement resolution for an amount not to exceed $16,855,530.Supporting Documents:
-
75. MAM26-22304
(Part 1 of 2)(See Item 76) (Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution approving Standard Grant Agreement No. #26SRP17 between the City of Tampa and the State of Florida, Department of Environmental Protection, Authorizing execution by the Mayor and attestation by the City Clerk; Providing an effective date.
Background Details
The City of Tampa Applied for an was awarded a Resilient Florida program grant for the Manhattan Avenue Drainage Improvements: Vasconia to Obispo project in the amount of $2,750,000. The required match for this project is $2,750,000 for a total project cost of $5,500,000. The project funds will be used for the construction of approximately 3,000 linear feet of reinforced concrete stormwater pipe and 41 inlets on both the East and West sides of Manhattan Avenue. The City of Tampa submitted an application for the subject grant during the the Florida Department of Environmental Protection’s established grant cycle and within the applicable grant period designated by the grantor; however, the subsequent award occurred after the formal commencement date of such grant period, and therefore, in order to ensure that the City’s acceptance of the grant funding and any actions undertaken in furtherance of the grant are properly ratified as of the effective start of the grant period, it is necessary and appropriate for the City Council of the City of Tampa to approve and accept the grant nunc pro tunc to the beginning of the grant period, thereby giving retroactive effect to such approval as if it had been granted on the first day of the grant period.Supporting Documents:
-
76. MAM26-22322
(Part 2 of 2)(See Item 75) 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 $2,750,000 within the Stormwater Grants Fund for the Florida Department of Environmental Protection Manhattan Avenue Drainage Improvements Grant; providing an effective date.
Background Details
This resolution appropriates a grant in the amount of $2,750,000 from the Florida Department of Environmental Protection to provide Manhattan Avenue drainage improvements for use by the Mobility Department within the Stormwater Grants Fund.Supporting Documents:
-
77. NCA26-22173
(Placed under Staff Reports and Unfinished Business pursuant to a motion made by Council.) Resolution approving the renewal of an Agreement between the City of Tampa and General Facility Care LLC, with a 4.50% price escalation, for the provision of Janitorial and Conversion Services at Tampa Convention Center in the estimated amount of $3,280,201.90 for use by the Convention Center and Tourism Department; providing an effective date. Memorandum from David Ingram, Executive Director of the Tampa Convention Center, transmitting additional information for said agenda item. (To be R/F)
Background Details
It is recommended that the City renew its existing award with General Facility Care LLC for the provision of Janitorial and Conversion Services for use by the Tampa Convention Center for an additional one-year term. The existing Agreement was passed by City Council on August 25, 2022. The award is in its second renewal term. General Facility Care LLC. provides excellent service, quality of product and performance. The Tampa Convention Center 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. General Facility Care LLC. has agreed to renew Janitorial & Conversion Services with Tampa Convention Center for an additional one-year period. SLBE participation goals were not prescribed in the solicitation because the scope did not meet required EBO parameters; however, it did not preclude participation. General Facility Care LLC. is a Small Local Business Enterprise (SLBE).Supporting Documents:
- Summary Sheet- COVER SHEET (opens in new tab)
- 71050322_JANITORIAL_&_CONVERSION_SERVICES _BACKUP.PDF (opens in new tab)
- 71050322_JANITORIAL_&_CONVERSION_SERVICES _RESO.PDF (opens in new tab)
- MEMO.FEELEY - 032626 REGULAR COUNCIL SESSION - ONBASE AGENDA ITEM NO. 22173.PDF (opens in new tab)
-
78. CM26-21078
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. (Original motion initiated by Viera-Maniscalco on January 22, 2026)
-
79. CM26-21478
Staff to present on an Honorary street renaming in Ybor City for the late Officer Morris Lopez. (Original motion initiated by Viera-Maniscalco on February 5, 2026.) Email from Phyllis Ho-Zuhars, Senior Executive Aide to Chief of Staff, transmitting a PowerPoint presentation for said agenda item. (To be R/F)
Supporting Documents:
-
80. CM25-19743
Council to hold a conversation with staff on the future of Big Blue, the Police Downtown Headquarters, and debt. (Original motion initiated by Hurtak-Maniscalco on December 4, 2025)(Continued from January 22, 2026) Memorandum from Abbye Feeley, Administrator of Development & Economic Opportunity, and Chief Lee Bercaw, Tampa, Police Department, transmitting a written response for said agenda item. (To be R/F)
Supporting Documents:
-
81. CM25-20289
Staff from the Solar Division to provide an in-person report on comparing the electricity rates for the City of Tampa from 2024 vs. 2025, specifically the electricity cost for the City of Tampa. (Original motion initiated by Miranda-Maniscalco on December 18, 2025) Email from Phyllis Ho-Zuhars, Senior Executive Aide to Chief of Staff, transmitting a PowerPoint presentation for said agenda item. (To be R/F)
Supporting Documents:
-
82. CM26-20936
Hagar Kopesky to bring back a more detailed list and resolutions of the FY25 Surplus funds prioritization. (Original motion initiated by Carlson-Miranda, on February 5, 2026.)
-
83. CM26-21491
Council to discuss the Natural Resources Advisory Committee, resolution, appointment process, and staggered terms. (Original motion initiated by Maniscalco-Viera on February 5, 2026.) Memorandum from Geri Lopez, Deputy Administrator of Development & Economic Opportunity, transmitting a written response for said agenda item. (To be R/F) Memorandum from Brian Knox, Senior Forester Examiner, transmitting a written report for said agenda item. (To be R/F)
Supporting Documents:
-
84. CM26-22406
City Council to bring forth a resolution that mirrors the action taken by the Hillsborough County Commission in support of the Alliance for Global Security Forum to be held at the University of South Florida in April 2026 on Homeland Security as it pertains to cyber and other domestic threats. (Original Motion initiated by Viera-Maniscalco on March 12, 2026)
-
85. CM25-19135
Staff to return with an in-person staff report on a proposed ordinance regarding waiving public record fees for members of city council. (Original motion initiated by Carlson-Hurtak on November 6, 2025)(Continued from January 22, 2026) Memorandum from Carl Brody, Assistant City Attorney, requesting that said agenda item be continued to June 18, 2026. (To be R/F)
Supporting Documents:
- MEMO - CONTINUANCE TO MARCH 26, 2026 ON THE DISCUSSION RE WAIVING PUBLIC RECORDS FEES FOR CITY COUNCIL MEMBERS - JANUARY 22, 2026 (ONBASE & FILE NO. CM25-19135).PDF (opens in new tab)
- MEMO RE POLICY ON PUBLIC RECORDS FEES FOR CITY COUNCIL MEMBERS (FILE NO. CM25-19135) MARCH 26, 2026 REGULAR COUNCIL SESSION.PDF (opens in new tab)
-
86. CM26-21838
Staff to provide a written report on the feasibility of excluding Culbreath Bayor from File No. E2026-8 CH 22, that is amending the City of Tampa Code of Ordinances, Chapter 22, Article I, Division 3, Subdivision 3, Section 22-103, “when new sidewalk construction is required; contributions to “sidewalk trust fund” in lieu of constructing a sidewalk”. (Original motion initiated by Carlson-Maniscalco on February 19, 2026) Memorandum from Emma Gregory, Assistant City Attorney, and Brandon Campbell, Mobility Director, transmitting a written report for said agenda. (To be R/F)
Supporting Documents:
-
87. CM26-21480
Written staff report on establishing a signalized light at the Highwoods Preserve Parkway and New Tampa Blvd. (Original motion initiated by Viera-Maniscalco on February 5, 2026.) Memorandum from Brandon Campbell, Director of Mobility Department, transmitting a written report for said agenda item. (To be R/F)
Supporting Documents:
-
88. CM26-21582
Logistics and Asset Management to provide a written report on the possibility and feasibility of a substation or substation presence in New Tampa for the Tampa Police Department. (Original Motion Initiated by Viera-Maniscalco on February 12, 2026) Memorandum from Chief Lee Bercaw, Tampa Police Department, transmitting a written report for said agenda item. (To be R/F)
Supporting Documents: