Вы находитесь на странице: 1из 58

RFP No.

0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

REQUEST FOR PROPOSALS


RFP NO. 0013-18
Restoration, Purchase or Lease and Management
of McCollum Hall Building and Site

City of Fort Myers


on Behalf of the
Fort Myers Community Redevelopment Agency

Contact information:

Debbie Kearns
Purchasing & Contracts Administration Division
2600 Dr. Martin Luther King, Jr. Boulevard
Suite 101
Fort Myers, FL 33916

Submission Deadline:
On or before 5:00 p.m.
Wednesday, June 13, 2018

1
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

LEGAL ADVERTISEMENT

CITY OF FORT MYERS


REQUEST FOR PROPOSALS
AND NOTICE OF DISPOSITION OF REAL PROPERTY
IN A COMMUNITY REDEVELOPMENT AREA

The City of Fort Myers, Florida, and the Fort Myers Community Redevelopment Agency will receive SEALED
PROPOSALS for Request for Proposal (RFP) No. 0013-18, Restoration, Purchase or Lease and Management
of McCollum Hall Building and Site in the Purchasing & Contracts Administration Division, 2600 Dr. Martin Luther King
Jr. Blvd, Suite 101, Fort Myers, Florida 33916 on or before Wednesday, June 13, 2018 @ 5:00 P.M.

There will be a pre-proposal conference at 1400 Jackson Street, Fort Myers, FL 33901 at 10:00 AM on
Friday, April 13, 2018. A site visit at McCollum Hall will immediately follow. It is in the proposer’s best
interest to review the RFP documents prior to the pre-bid meeting. This gives the proposer time to prepare
questions prior to the meeting. Attendance at this conference is strongly recommended as a prerequisite
for submitting a proposal.

McCollum Hall is located at 2701 Dr. Martin Luther King Jr. Boulevard, Fort Myers, Florida 33916, consisting of 66,750
square feet, more or less, in the Dr. Martin Luther King Jr. Boulevard Sub-Area 1 Community Redevelopment Area and
owned by the Fort Myers Community Redevelopment Agency.

The Community Redevelopment Agency (CRA) is requesting proposals for the restoration, purchase or
lease, and management of the McCollum Hall property for a neighborhood commercial center with
entertainment, retail, and dining establishments, or an alternative use consistent with the current
Commercial Intensive (CI) zoning, or an alternative use acceptable to the CRA.

Pursuant to Section 163.380(3) (a), Florida Statutes, the Fort Myers Community Redevelopment Agency hereby gives public
notice of said proposed disposition, and invites proposals for same from, and agrees to make all pertinent information
available to, persons or entities interested in entering into said proposed disposition.

Copies of the solicitation packet may be obtained by visiting the City of Fort Myers website and logging into the electronic
bid portal Planet Bids at https//www.planetbids.com/portal/portal.cfm?CompanyID=31333

Saeed Kazemi, P.E., City Manager LEGAL ADVERTISING

Gwen Carlisle, MMC, City Clerk RUN: Friday, March 30, 2018

2
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

1. INTRODUCTION
a. The Community Redevelopment Agency (CRA) is requesting proposals for the restoration,
purchase or lease, and management of the McCollum Hall site. The Purchasing & Contracts
Administration Division of the City of Fort Myers is assisting the CRA in the solicitation of this RFP.
The administration of this RFP shall be governed by the Purchasing Policy of the City of Fort Myers.

b. To be entitled for consideration, sealed proposals shall be presented in accordance with the
instructions of this solicitation and within the time constraints stated.

c. A PRE-PROPOSAL conference will be held at 1400 Jackson Street, Fort Myers, Florida 33901 on
Friday, April 13, 2018 at 10:00 a.m. It is in the prospective proposer’s best interest to review the bid
documents prior to the pre-bid meeting. The meeting will be moved to McCollum Hall to give
Offeror’s an opportunity to walk through the first floor and on the grounds. The second floor can
ONLY be viewed by video. This gives the prospective proposer time to prepare questions prior to the
meeting. Attendance at this conference is strongly recommended as a prerequisite for bidding.

d. Sealed proposals, one (1) original and seven (7) copies shall be mailed or hand delivered to the
Purchasing & Contracts Administration Division, 2600 Dr. M. L. King, Jr. Boulevard, Suite 101, Fort
Myers, Florida 33916 on or before 5:00 p.m., Wednesday, June 13, 2018 (as per the Purchasing &
Contracts Administration Division time clock). Proposals received after this date and time shall not
be considered.

e. The CRA reserves the right to accept or reject any or all proposals and to waive minor irregularities
and technicalities. The judgement of the CRA on such matters is final.

2. REQUEST FOR PROPOSAL PROCESS


This solicitation is a Request for Proposal (RFP). In using this method for solicitation the CRA is asking the
marketplace for its best effort in seeking a “best value” solution to the requirements. The proposals will
be evaluated by an evaluation committee.

3
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

3. PREPARATION OF PROPOSALS
a. Offerors are responsible for examining the complete Request for Proposal and all Addenda cautioned
to carefully read and follow the procedures required by this Request for Proposal, as any deviation
from these requirements may be cause for rejection.

b. All proposals shall be printed in blue/black ink or typewritten. Errors may be crossed out and
corrections printed in blue/black ink or typewritten adjacent to the error. The person signing the
proposal shall initial corrections in blue/black ink.

c. It is the intent and purpose of the CRA that this Request for Proposal promotes competition. It shall
be the offeror’s responsibility to advise the Purchasing & Contracts Manager if any language,
requirements, etc., or any combination thereof, inadvertently restricts or limits the requirements
stated in this Request for Proposal to a single source. Such notification must be submitted in writing
and must be received by the Purchasing & Contracts Manger no later than ten (10) days prior to the
proposal closing date.

d. Time of delivery is a part of the solicitation and element of the contract that is to be awarded. If the
offeror cannot meet the required delivery date, offeror may provide alternative schedules and/or
delivery dates in their proposal. Time shall be stated in “calendar” days. Failure to deliver in
accordance with the contract awarded could result in the contractor being declared in default. The
official time is the time recorded on the Purchasing Division’s time clock, located in the Purchasing
office.

4. TAXES
The CRA is exempt from all state sales tax.

5. CHARGES AND EXTRAS


Proposals shall define all pricing. When stating equipment pricing, at a minimum, the stated price shall be
F.O.B. destination and include all charges for delivery, unloading, drayage, express, parcel post, packing,
cartage, insurance, license fees, permits, costs of bonds and any other cost. Any additional work, such as
installation shall be clearly stated in the proposal.

4
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

6. ADDENDA
All questions about the meaning or intent of the solicitation document are to be directed in writing with
RFP #0013-18, Restoration, Purchase or Lease and Management of McCollum Hall Building and Site in
the subject line to cfmpurchasing@cityftmyers.com. Only questions received before 4:00 p.m.
Wednesday, May 30, 2018 (as per the Purchasing Division time clock) will be considered. Only questions
answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will
be without legal effect. Any addenda issued in writing during the time of solicitation shall be included in
the proposal, and each will be incorporated in the subsequent contract.

No oral interpretations will be made to offerors as to the meaning of proposal documents. Requests for
such interpretations shall be made in writing to the Purchasing & Contracts Administration Division at
cfmpurchasing@cityftmyers.com. Failure on the part of the Offeror to do so shall not relieve them of
the obligation to execute such work in accordance with a later interpretation by the City of Fort Myers.
All interpretations made to the Offeror shall be made in the form of addenda to the proposal documents
and posted to Planet Bids. Offerors are strongly urged to visit and inspect the site prior to proposing if
the configuration, structure, condition, etc., of the site will influence the proposal for contract
performance.

7. WITHDRAWAL OF PROPOSALS
A proposal cannot be withdrawn after it is delivered to the City of Fort Myers, unless Offeror makes a
request in writing to the Purchasing & Contracts Administration Division Manager prior to the time set for
receiving the proposals, or unless the Purchasing & Contracts Administration Division Manager fails to
accept or reject the proposal within one hundred twenty days (120) after the date fixed for receiving
proposals.

8. COMPLIANCE WITH LAWS


All property or services furnished in a contract resulting from this solicitation shall comply with all
applicable Federal, State and Local laws, codes and regulations.

9. PROTEST PROCEDURES
Any contractor/vendor/firm that has submitted a formal bid/quote/proposal to CRA and who is adversely
affected by an intended decision with respect to the award of the formal bid/quote/proposal, shall file
with the City’s Director of Purchasing a written notice of intent to file a protest not later than seventy-two
(72) hours (excluding Saturdays, Sundays, and Legal Holidays) after posting of the bid tabulation, or if the
bid tabulation is not posted, not later than seventy-two (72) hours (excluding Saturdays, Sundays, and
Legal Holidays) after receipt of written notice from the City of the Intent To Award. The initial notice of
intent to file a protest shall state the basis of the protest and clearly indicate its purpose is to serve as the
initial notice of intent to file a bid protest. Failure to so clearly indicate its intent shall constitute a waiver
of the right to seek any remedy provided under the bid protest procedures.

5
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

For the purpose of computation, the initial notice of intent to file a protest shall be received by the Director
of Purchasing no later than four o’clock (4:00) P.M. on the third working day following the day of receipt
of notice of the intended decision or the date of posting of bid tabulation.

Any contractor/vendor/firm that has submitted a bid to the CRA who is affected adversely by the intended
decision with respect to bid award, shall file a formal, written protest within five (5) calendar days after
the date of filing of the initial notice of intent to file a protest. Upon filing of the Formal Written Protest,
the contractor/vendor/firm shall post a bond, payable to the CRA in an amount equal to five percent (5%)
of the total bid/quote/proposal or Ten Thousand Dollars ($10,000.00) whichever is less. Said bond shall
be designated and held for the payment of any costs that may be levied against the protesting
contractor/vendor/firm by the CRA, as the result of a frivolous Protest. Said surety shall be in the form of
a cashier’s check on a national or state bank, money order, or a protest bond executed by the
contractor/vendor/firm and a qualified Surety authorized to do business in the State of Florida and
acceptable to the City of Fort Myers.

Failure to submit a cashier’s check on a national or state bank, money order or bond simultaneously with
the Formal Written Protest shall invalidate the protest, at which time the City may continue its
procurement process as if the original “Notice of Intent to File a Protest” had never been filed.

The formal written protest shall contain the following:


• City bid number and title.

• The name and address of the affected party and the title or position of the person submitting
the bid protest.

• A concise statement of the facts alleged and of the rules regulations, statutes and
constitutional provisions entitling the affected party of relief.

• A statement indicating the relief to which the affected party deems himself/herself entitled.

• Such other information as the affected party deems to be material to the issue.

• A statement of disputed issues of material fact.

• Bond as required by this document.

Upon receipt of Notice of Protest, timely filed, the Director of Purchasing shall abate the bid
solicitation process or award of contract until the protest is resolved pursuant to fundamental
principles of due process, except and unless the Dispute Committee makes a written determination
that the award of a contract without delay is necessary to protect substantial interests in the CRA.
The Dispute Committee, shall, through the Director of Purchasing meet with the protesting party
within TEN (10) working days (excluding Saturdays, Sundays and Legal Holidays) of receipt of the
formal written protest. The purpose of the meeting of the Dispute Committee, the bid protestor and
other affected parties is to provide an opportunity: (1) to review the basis of the bid protest; (2) to

6
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

evaluate the facts and merits of the bid protest; (3) if possible, to reach a resolution of the bid protest
that is acceptable to the affected parties; and (4) if possible, to satisfy the bid protester to the extent
that the bid protest might be withdrawn.

10. PURCHASING POLICY


The City of Fort Myers Purchasing Policy is incorporated into this solicitation (and, therefore, any
contract awarded as the result of this solicitation) by reference. By participation in this solicitation an
Offeror, potential offeror, or contractor/firm agrees to be bound by the City of Fort Myers Purchasing
Policy in any issue or action related to this solicitation or subsequent contract resulting from this
solicitation.

11. SUSPENSION & DEBARMENT


By submitting a proposal in response to this solicitation the Offeror certifies no principal (which includes
officers, directors, or executives) is presently suspended, proposed for debarment, declared ineligible or
voluntarily excluded from participating in this solicitation by any Federal Department or Agency.

12. EXCEPTIONS
The proposer must IDENTIFY any variances from the specification and/or conditions NO MATTER HOW
SLIGHT. Any exceptions to the specifications must be so noted and explained in detail on a separate
sheet and attached to your proposal. If variations are not stated in the proposal it will be assumed that
the product or service fully complies with our specification.

13. CONFLICT OF INTEREST


All vendors must disclose with their proposal, the name of any officer, director, or agent who is also an
employee of the City of Fort Myers, CRA, or any of its agencies. Furthermore all vendors must disclose
the name of any City employee who owns, directly or indirectly, an interest of ten (10%) or more in the
vendors firm or any of its branches.

14. MODIFICATIONS
The CRA reserves the rights to add, modify, change and/or refine the scope of services indicated herein
with the selected firm and negotiates the fees accordingly if appropriate. Proposed Fee if applicable shall
be based upon the Guidelines as indicated herein. Exceptions or suggested alternates may be submitted
in addition, if clearly noted as such, along with associated changes in fee structure.

15. LIABILITY FOR ERRORS


While the CRA has used considerable efforts to ensure accurate representation of the information of this
Request for Proposals, the information contained in this request is supplied solely as a guideline for
proposers. The information is not guaranteed or warranted to be accurate by the City nor is it necessarily
comprehensive or exhaustive. Nothing in the Request for Proposalss is intended to relieve the proposers
from forming their own opinions and conclusions with respect to the matters addressed in this request.

7
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

16. OMISSION FROM THE SPECIFICATIONS


The apparent silence of this specification and any addendum regarding any details or the omission from
the specification of a detailed description concerning any point shall be regarded as meaning that only
the best commercial practices are to prevail, and that only materials and workmanship of the first quality
are to be used. All interpretations of this specification shall be made upon the basis of this agreement.

17. MANDATORY FORMS


The following forms must be completed and submitted with your proposal:
• Proposals submitted in sealed envelope / container
• Document Management Form
• Proposer’s Certification
• All Submittal Requirements Listed in Section 5 under Proposal Requirements
• Employment Eligibility Verification System (E-Verify) Affidavit and No Lobbying Affidavit
• License, Certifications, etc.

Failure to submit these forms may result in your proposal being deemed non responsive, thus
ineligible for award.

8
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

18. PURCHASE ORDER


The purchase order prepared and emailed by the City of Fort Myers, or otherwise furnished, to the
selected offeror within the time for acceptance specified, results in a binding contract without further
action by either party. The contract shall consist of this Request for Proposal and any addenda thereto,
the Offeror’s proposal, and establishing purchase order. If a contract is established, one negotiated by
both parties and approved by the CRA’s Board of Commissioners, this will also become an official part of
the contract. Unless specifically deleted in writing by addendum or amendment to one of the
aforementioned documents of the contract by the Purchasing & Contracts Administration Division all
terms and conditions of the City of Fort Myers contract documents shall be in effect and shall govern if
in conflict with any term or condition otherwise presented. The contract shall be interpreted, construed
and given effect in all respects according to the laws of the State of Florida.

19. CONTRACT AWARD


A contract will be awarded to the responsive and responsible Offeror whose proposal is determined to
be the most advantageous and is of best value to the Community Redevelopment Agency. Proposals
will be evaluated on a combination of factors.

If, for any reason the awarded vendor desires to terminate this contract, he/she may do so by giving
sixty (60) days written notice to the City of Fort Myers.

20. CONFLICTS IN TERMS AND CONDITIONS


In a conflict between terms and conditions in any document that will be part of the contract, the City of
Fort Myers terms and conditions shall govern.

21. HOLD HARMLESS AGREEMENT


The Contractor shall Hold Harmless the City of Fort Myers, the CRA, their directors, employees and
assigns, from any and all claims, suits, actions, damages, liability and expenses in connection with loss of
life, bodily or personal injury or property damage, including loss of use thereof, directly or indirectly
caused by, resulting from, arising out of, or occurring in connection with the performance of this
contract. The Contractor’s obligation shall not be limited by, or in any way to, any insurance coverage
or by any provision in or exclusion of omission from any policy of insurance.

22. INSURANCE
When the selected contractor has been identified, he/she will be notified of the necessity to provide
required insurance and additional insured endorsement for auto liability coverage and general liability
insurance coverage. Proof of insurance and additional insured endorsement shall be provided within
ten (10) days of the date of written notification to the contractor.

9
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

A. The following general requirements apply to any and all work under this contract by all Contractors.
1. Any and all insurance required by this contract shall be maintained during the entire length of
this contract, including any extensions thereto, and until all work has been completed to the
satisfaction of the City of Fort Myers and the CRA. Any and all insurance must be on an
occurrence.

No Contractor shall commence any work of any kind under a contract until all insurance
requirements contained within the solicitation have been complied with and until evidence of
all insurance requirements have been received demonstrating such compliance.

2. The City of Fort Myers and CRA shall be specifically included as an Additional Insured on both
the comprehensive general liability and the business auto liability policies. Confirmation of this
shall appear on all certificates of insurance and on any and all applicable policies.

3. The City of Fort Myers and CRA shall be given no less than ten (10) day notice of cancellation.
The City of Fort Myers and CRA shall be given not less than thirty (30) days prior written notice
of material changes of any insurance required under this contract.

4. Each and every agent shall warrant when signing the certificate of insurance that he/she is
acting as an authorized representative on behalf of the companies affording insurance
coverage under the contract and that he/she is licensed by the State of Florida to conduct
insurance business in the State of Florida and that the companies affording insurance coverage
are currently licensed by the State of Florida and are currently in good standing with the
Commissioner of Insurance for the State of Florida.

5. In the event the Contractor neglects, refuses, or fails to provide the insurance required by the
Contract Documents, or if such insurance is cancelled for any reason, the City of Fort Myers and
CRA reserve the right, but not the duty, to procure the same, and the cost thereof shall be
deducted from monies then due or thereafter to become due to the Contractor or shall have
the right to cancel the contract.

6. The customary form of insurance should be used. Note that under the cancellation clause, the
following must be deleted: “endeavor to” and “but failure to do so shall impose no obligation
or liability of any kind upon the insurer, its agents or representatives.”

B. Worker’s Compensation and Employer’s Liability Insurance


The contractor shall procure and maintain Worker’s Compensation and Employer’s Liability
Insurance, meeting statutory limits in compliance with applicable state and federal laws. Such
insurance is to cover each and every employee who is or may be engaged in work under the
contract.
Commercial General Liability Insurance

10
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

The contractor shall procure and maintain Commercial General Liability Insurance in an amount
not less than $1,000,000.00 per occurrence, combined single limit for bodily injury liability and
property damage; XCU coverage; independent contractors; products and completed operations
and contractual liability.

C. Business Automobile Liability Insurance


The Contractor shall procure and maintain Business Automobile Liability Insurance in an amount
not less than $1,000,000.00 per occurrence, combined single limit for bodily injury liability. This
shall include: owned vehicles, hired and non-owned vehicles.

D. Professional Liability
The contractor shall procure and maintain Professional Liability Insurance in an amount not less
than $1,000,000.00.

Should the Professional Liability Insurance Policy issued pursuant to the above requirements and
limits, or self-insurance program, provide an applicable deductible amount, or other exclusion or
limitation, or sovereign immunity as to the amount of coverage to be provided within the minimum
coverage limits set forth above, the CITY shall hold the PROVIDER responsible and liable for any
such difference in the amount of coverage provided by the insurance policy. In the event of any
such deductible amount, exclusion or limitation or amount of sovereign immunity, the PROVIDER
shall be required to provide written documentation that is acceptable to the CITY establishing that
the PROVIDER has the financial resources readily available to cover damages, injuries and/or losses
which are not covered by the policies.

23. INDEMNIFICATION
Pursuant to Florida State Statute 725.08, Design professional contracts; limitation in indemnification.

11
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

24. ASSIGNMENT
By the submission of this proposal, the Offeror agrees not to assign the contract or purchaser order to
others unless specifically authorized in writing by the City of Fort Myers and the CRA.

25. COST OF INSPECTION OR TESTING


Cost of inspection or testing of products or materials delivered under an awarded contract which do not
meet specifications shall be paid by the vendor.

26. PAYMENT
All invoices and payments shall be governed by Sect. 218.74(2) Florida State Statutes, the Florida Prompt
Payment Act.
City of Fort Myers Payment Requirements: E-mail one original invoice in (pdf format) to:
apinvoices@cityftmyers.com

27. TERMINATION FOR DEFAULT


a. In the event any property or service to be furnished by the contractor under a contract or purchase
order should for any reason not conform to the specifications contained herein or to the sample
submitted by the firm with their proposal, the City of Fort Myers and CRA may reject the property
or service and may terminate the contract for default.

Prior to a termination for default, a contractor will be given the opportunity to respond to a “cure
notice” and/or a “show cause notice”. In either case, the contractor will be expected to either
correct the offending situation or provide an acceptable plan and time frame for correction within
ten (10) days of receipt of either notice. Failure to do so will be cause for termination.

In such event with specific instructions by the Purchasing & Contracts Administration Division
Manager, the contractor shall immediately remove the property without expense to the City of
Fort Myers and replace all rejected property with such property or services conforming to the
specifications or samples.

b. If the contract is terminated for default, the City of Fort Myers and CRA may procure such property
or services from other sources and shall have the absolute right to deduct from any monies due
the contractor, or that may thereafter become due to the contractor, the difference between the
contract price and the actual cost of the property or service to be replaced or substituted.

c. Failure by a contractor to perform on delivery of goods or services as specified may also result in
the removal of the contractor from doing business with the City of Fort Myers and the CRA for a
period of up to one year.

12
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

28. TERMINATION FOR CONVENIENCE


The City of Fort Myers and CRA reserve the right to terminate for convenience this contract in whole or
in part.

29. PERMITS, TAXES, LICENSES, ORDINANCES, AND AGREEMENTS


The contractor shall, at his own expense, obtain all necessary permits, give all notices, pay all license fees
and taxes, comply with all applicable local, State and Federal laws, ordinances, rules and regulations. The
contractor shall maintain the licenses required in a current status after award and throughout the course
of the contract.

30. NON-APPROPRIATION
Notwithstanding any other provision of this agreement, the parties hereto agree that the charges
hereunder are payable to the contractor by the City of Fort Myers. In the event such appropriations are
determined in the sole discretion of the Financial Services Director, no longer to exist or to be insufficient
with respect to the charges payable hereunder, this agreement shall terminate without further
obligation of the City of Fort Myers at the end of any fiscal period (hereinafter referred to as “Event”). In
such Event, the Financial Services Director shall certify to the Contractor the occurrence thereof, and
such certification shall be inclusive.

31. PROGRESS REPORTS


When requested by the City of Fort Myers, the contractor shall furnish such reports as required.

13
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

32. NONDISCRIMINATION
The City of Fort Myers and the CRA do not discriminate on the basis of race, color, religion, sex, national
origin, age, disability, marital status or sexual orientation in any of its employment practices, education
programs, services or activities.

The contractor, by the submission of a proposal or the acceptance of a purchase order or contract, does
agree to provide the goods and services covered under the proposal or contract not to discriminate in
any way against any person or refuse employment of any person or persons on account of color, religion,
national origin, or sex.

33. DRUG-FREE WORKPLACE


By submission of a proposal, the offeror certifies that he/she will not engage in the unlawful
manufacture, sale distribution, dispensation, possession, or use of a controlled substance or drug during
the performance of the contract and that a drug-free workplace will be provided for the contractor’s
employees during the performance of the contract. The offeror also certifies that he will secure from
any subcontractor who works on the contract, written certification of the same drug-free workplace
requirements.

34. CERTIFICATION OF NON COLLUSION


By submitting a proposal the offeror certifies: “that this proposal is made without prior understanding,
agreement, or connection with any corporation firm, or person submitting a proposal for the same
materials, supplies, or equipment, and is in all respects fair and without collusion or fraud.

That collusive pricing is understood to be a violation of State and Federal law and can result in fines,
prison sentences, and civil damages awards.”

35. AUTHORIZED OFFICIAL


It is agreed that all conditions of the proposal shall be abided and that the person signing this proposal
is authorized to sign the proposal for the offeror.

36. SOLICITATION TERMINATION


In any event in which this solicitation is terminated or cancelled, in whole or in part, or all proposals
are rejected, there shall be no liability on the part of the CRA or City of Fort Myers for any costs
incurred by offerors or potential offerors in relation to the solicitation.

37. RIGHTS AND REMEDIES


The rights and remedies of the CRA and City of Fort Myers provided above shall not be exclusive and
are in addition to any other rights and remedies provided by law or under the contract.

14
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

38. NO CONTACT
During the entire period of solicitation, proposal and evaluation, all contact/inquiries should be made
with thePurchasing & Contracts Administration Division. No firm shall contact any CRA Commissioner,
City Council member or employee of the CRA or City of Fort Myers concerning this solicitation. Such
action may result in the firm being removed from further consideration in this solicitation.

39. PROPOSALS
Bidders/Offerors are responsible for submitting bids/offers/proposals so as to reach the Purchasing &
Contracts Administration Division office by the time and date specified in the solicitation regardless of
the method of delivery (i.e. commercial carrier or U.S. Postal Service). If using a commercial delivery
service, the bidder/offeror is responsible for informing the commercial delivery service of all delivery
requirements and for ensuring the required address information appears on the outer wrapper or
envelope used by such service.

The City of Fort Myers or CRA shall not be responsible for the premature opening of a bid/proposal not
properly addressed and identified, and/or delivered to the incorrect destination.

40. PUBLIC ENTITY CRIME


The City of Fort Myers shall conduct business in accordance with Florida Statute 287.133. A Public Entity
Crime is Violation of any state or federal law by a person with respect to and directly related to the
transaction of business with any public entity or with an agency or political subdivision of any other state
or with the United States, including, but not limited to, any bid, proposal, reply, or contract for goods or
services, any lease for real property, or any contract for the construction or repair of a public building or
public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
misrepresentation.

41. FLORIDA STATUTE PUBLIC RECORD


a. All persons are advised that under Chapter 119, Florida Statutes all responses are deemed a public
record and opened to public scrutiny as provided for in said statute.
b. Sealed bids or proposals received by an agency pursuant to invitations to bid or requests for
proposals are exempt until such time as the agency provides notice of a decision or intended
decision to the award or within 30 days after the bids, proposals, or final replies, whichever is
earlier.
c. If an agency rejects all bids, proposals or replies submitted in response to a competitive solicitation
and the agency concurrently provides notice of its intent to reissue the competitive solicitation,
the rejected bids, proposals or replies remain exempt from s.119.07(1) and s.24(a), Art. I of the
State Constitution until such time as the agency provides notice of an intended decision concerning
the reissued competitive solicitation or until the agency withdraws the reissued competitive
solicitation. A bid, proposal, or reply is not exempt for longer than 12 months after the initial agency

15
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

d. notice rejecting all bids, proposals, or replies. Florida State Statutes related to municipal bid
exemptions shall always prevail.

d. Pursuant to Section 119.0701 of the Florida Statutes, Contractors acting on behalf of the City must
comply with the public records laws, specifically: a) keep and maintain public records required by
the City to perform the contracted services; b) upon request from the City’s custodian of public
records, provide the City with a copy of the requested records or allow the records to be inspected
or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119
of the Florida Statutes or as otherwise provided by law; c) ensure that public records that are
exempt or confidential and exempt from public records disclosure requirements are not disclosed
except as authorized by law for the duration of the contract term and following completion of the
contract if the contractor does not transfer the records to the City: d) upon completion of the
contract, transfer, at no cost, to the City all public records in possession of the contractor or keep
and maintain public records required by the City to perform the service. If the contractor transfers
all public records to the public agency upon completion of the contract, the contractor shall destroy
any duplicate public records that are exempt or confidential and exempt from the public records
disclosure requirements. If the contractor keeps and maintains public records upon completion of
the contract, the contractor shall meet all applicable requirements for retaining public records. All
records stored electronically must be provided to the City, upon request from the City’s custodian
of public records, in a format that is compatible with the Information Technology Systems of the
City.

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE CONTRACTOR’S DUTY TO RETAIN AND PROVIDE PUBLIC RECORDS RELATING TO
THIS CONTRACT, CONTACT THE CITY’S CUSTODIAN OF PUBLIC RECORDS AT (239) 321-7045, E-MAIL TO
PUBLICRECORDS@CITYFTMYERS.COM, POST OFFICE BOX 2217, FORT MYERS, FLORIDA, 33902-2217.
Florida Statute, § 119.0701 and House Bill, § 273

42. NO LOBBYING
All contractors, firms or individuals are hereby placed on notice that any communication, whether
written or oral, with City of Fort Myers elected officials, CRA Commissioners, or any other staff or outside
individuals working with the City in respect to this request (with exception of the Purchasing & Contracts
Administration Division personnel designated to receive requests for interpretation or corrections) is
prohibited. These persons shall not be lobbied, either individually or collectively, regarding any request
for bid, proposals, qualifications and/or any other solicitations released by the City of Fort Myers. To do
so is grounds for immediate disqualification from the selection process.

43. EMPLOYMENT ELIGIBILITY VERIFICATION SYSTEM (E-VERIFY)


Statutes and executive orders require employers to abide by the immigration laws of the United States
and to employ in the United States only individuals who are eligible to work in the United States.

16
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

The E-Verify program provides an Internet-based means of verifying employment eligibility of workers
employed in the United States, but is not a substitute for any other employment eligibility verification
requirements.

The program will be used for:


a. Commercial or noncommercial services or construction
b. Projects which exceed the City of Fort Myers small dollar threshold.
c. Work performed in the United States.

Exceptions to the program:


Commodity based procurement where no services are provided.
In exceptional cases, the City Council may waive the requirement.

Vendors, who are not enrolled in the program at the time of contract award, must enroll and produce a
copy of the Memorandum of Understanding prior to execution of the contract. Upon signing up for the
program, the vendor must follow the federal guidelines for verifying all their employees, whether
assigned to the contract or not, in accordance with the Verification of Employment Eligibility.

Vendors that are already enrolled in the program must produce a copy of their Memorandum of
Understanding prior to execution of the contract. Vendors must follow the federal guidelines for
verifying all their employees, whether assigned to the contract or not, in accordance with the Verification
of Employment Eligibility.

Subcontractor requirement: Vendors shall require all subcontracted vendors to flow down the
requirement to use E-Verify to subcontractors.

It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing
this program.

For additional information regarding the Employment Eligibility Verification System (E-Verify) program
visit the following website: http://www.dhs.gov/E-Verify.

Contractors shall be required to provide the City of Fort Myers Purchasing & Contracts Administration
Division an executed affidavit vowing they shall comply with the E-Verify Program for each
service/project. The affidavit is attached to the solicitation documents.

44. RECORD RETENTION


Keep and maintain adequate records and documents applicable to the project at the contracted firm’s
expense for a minimum of five (5) years from date of final payment, unless the firm is notified in writing
by the City of the need to extend the retention period. Books and accounts shall be open to investigation
upon request.

17
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

45. PURPOSE
The CRA is soliciting proposals for the restoration, sale or lease, and management of McCollum Hall.

46. HISTORY

McCollum Hall, located at 2701 Dr. Martin Luther King, Jr. Boulevard, occupies the northeast corner of
Dr. Martin Luther King, Jr. Boulevard and Cranford Avenue. The buff colored brick
commercial/recreational building was constructed in two phases (a single‐story section and two‐story
section), both ca. 1938. Art Deco style influences can be seen in the repetitive pilasters along the south
and west facades. Pilasters on the two‐story section of the south facade are adorned with metal
ornaments forming a geometric motif containing the initial "M". The main entrance is on the
southwestern corner of the single‐story section, diagonally positioned and flanked by repetitive vertical
bands of brick. Historically, the first floor has been utilized for commercial use. The second‐ floor
interior, originally designed as a dance hall, was substantially modified and served as a rooming house in
the 1980's.
On the west end of the south facade is a diagonal corner entry that reflects the Art Deco influences in the
repetitive stepped vertical bands of brick (photo # 2). The entry exhibits an elongated three light transom
of red glass above the door. In addition, there is a circular flat roofed awning above the doorway.
The original ten‐bay south facade is equally proportioned with the exception of the corner entry on the
west end and the stairway entry (photos #4, 5, 6) in the seventh bay from the west. Each bay was
separated by a wide raised vertical brick pilaster, capped with raised brick in a decorative geometric
rectangular shape (photo # 4). The canopies were attached to the building with metal rods connecting
approximately two feet from the top of the front facade (photo #4).
The second‐story section of the south facade has one‐over‐one double hung sash metal frame
windows, either paired or independent (photo #6). Above the paired windows is a horizontal raised
ribbon of brick that runs the width of the facade. Above that, within each of the three main bays, are ten
repetitive insets of stepped brick. The bays are separated by articulate parapet raised vertical brick
pilasters with metal ornamental geometric motifs inscribed with the letter “M” (photo #9). The stairway
entry bay has a recessed wooden door with a four light fixed sash window and a three light transom.
There is a single independent window on the second floor and a projected stepped brick mount for a
flagpole at the roofline (photo #5, 8). Also in this bay, between the two floors, is a concrete panel with
the name of the building "McCollum Hall" mounted on it in approximately 6‐inch high letters (photo #7).
The west facade duplicates the south facade in the use of Art Deco influenced raised vertical pilasters to
separate three bays. The north‐most bay on the west facade has no opening. The remaining two bays
repeat the window pattern on the south. In addition, the west side of the second floor has two awning
windows located on the extreme north and south ends each with two lights and a fixed sash window that
illuminates the interior staircase. The masonry east wall is surfaced with stucco (photo #12). The second
floor of the east wall possesses three independent awning windows of two lights each (photo #12).
The north wall of the building is approximately 8‐inches thick. It consists of un‐reinforced structural
concrete block, with a painted exterior surface (photos # 13 & 14). Two different sizes of concrete block

18
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

were used for the two phases of the building. On the older, two‐story section the concrete block is
approximately 5‐inches high by 10‐inches long by 8‐inches thick and has a ridged exterior surface.

The concrete block at the one‐story section is 4‐inches high by 16‐inches long by 8‐inches deep. Wood
one‐over‐one double hung sash windows are found either paired or independent. There are seven
windows on the ground floor. In addition, a single wood paneled door with a large single light is centrally
located in the east two‐story section. This original door is covered with a wire mesh. In a similar vein, the
windows on the ground floor are covered with burglar bars. There is a vertical three‐ light transom above
the exterior door. Primary access to the upper floor is obtained from the south interior staircase of the
original two‐story three bay section of the building. At the west end of the two‐story section is a two‐
light fixed sash window located between the two light awning windows that illuminates the interior
staircase. Secondary access to the upper floor is gained from the north by an original metal fire escape
(photo #13). It leads to a replacement metal door with a single vertical light that is currently boarded to
minimize access.
The interior of McCollum Hall was modestly finished. The first floor had 10 foot, 6‐inch high ceilings
(photo #15‐22). The floors in most of the first floor commercial spaces were painted concrete. Several of
the tenant spaces have 9‐inch‐by‐9‐inch vinyl asbestos tile and one has 12‐inch‐by‐12‐inch vinyl tile,
although it is uncertain when these were installed. The interior walls are painted gypsum plaster applied
directly to the brick or block at perimeter walls and to wood lath at demising walls. The baseboard
throughout is 6 inch high wood with a rounded top.
The second floor has 3‐inch wide wood floorboards. The walls, baseboards, and ceilings of the second
floor are of the same materials as the first floor. The second floor has a 9‐foot, 3‐inch ceiling height.
Originally, the second floor was a large room with an 18‐inch high wooden stage at the east end. There
were two small restrooms, one to each side of the stage. When the second floor was converted to a
rooming house in the 1980's, the central third of the space was left open and sleeping rooms were
arranged along the north and south sides. A portion of the stage was removed and over the rear portion,
enlarged bathrooms were installed.
47. Historical Context
Fort Myers is located on the Caloosahatchee River and was originally an outpost for the U.S Army during
the Second (1835‐1842), and Third (1853‐1855) Seminole Wars. The fort was used during the Civil War
but was abandoned in 1865. In 1862, the Homestead Act was passed that provided for claims of up to
160 acres to settlers if they occupied and developed the land for five or more years. This lure of cheap
and abundant land brought both black and white settlers to the area of Fort Myers. Many of the black
settlers came from northeast Georgia and central South Carolina. They concentrated on growing
vegetable crops, and mostly left cattle and citrus farming to the white residents (Taylor and Stone 1992;
8:1). The State Legislature created Lee County, named for General Robert E. Lee, in May 1887, carved
out of Monroe County. At the time of its creation, Lee County was one of the largest in the state,
consisting of most of southwest Florida. The population for the entire county was recorded as 1,414 in
1890. On February 6, 1888, Fort Myers was chosen as the county seat (Grismer 1949:125). By 1900, of
3,071 Lee County residents, 188 were black (Taylor and Stone 1992:8:1). By 1920, Fort Myers City
residents, numbering 3,678, constituted a third of the county population, 845 of those were listed as
black residents. But by 1930 and the end of the Florida Land Boom, 2,450 blacks living in Fort Myers

19
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

constituted more than a third of the 9,082 Fort Myers total population (Taylor and Stone 1992:8:2). In
1923, Lee County was subdivided into Lee, Collier, and Hendry Counties. However, this did not diminish
the population. By 1930, the smaller Lee County contained 14,990 inhabitants (Grismer 1949:124).
On February 20, 1904, the Atlantic Coastline Railroad reached Fort Myers from Punta Gorda, crossing the
Caloosahatchee River between Samville and Tice, northeast of Fort Myers. This brought more visitors
and the construction of additional accommodations. It also allowed crops to be easily shipped north to
Tampa and other parts of the country. African‐American farmers increased their farming efforts to meet
the demand in that expanded market. By 1906, the Bank of Fort Myers opened to accommodate this
increase in business and expansion. In April 1911, the State Legislature incorporated Fort Myers as a city.
This brought improvements such as city sewers and water mains and the addition of other public services
and facilities. During the decade of the 1910's, a number of substantial road improvements were made.
The Dixie Highway, completed in 1922, became the first northbound route out of Lee County (Florida
Preservation Services 1986:36; Grismer 1949:212; Fritz 1963:121). The Lee County portion of the
Tamiami Trail from Fort Myers south to Naples was originally conceived in 1915. "The beginning of World
War I halted any construction and the engineering problems faced in taking the road across the
Everglades became a major obstacle" (Florida Preservation Services 1986:37). The connection between
Fort Myers and Punta Gorda, a wooden bridge across the Caloosahatchee River, was completed in 1924,
thus finally linking Fort Myers to the north. The extension of the Tamiami Trail to the south was not
completed until 1926. The completion of the Dixie Highway provided a direct route to the north for black
and white farmers to truck their crops (Florida Preservation Services 1986:37; Fritz 1963: 122‐24).
Sometime prior to the Florida Land Boom in the 1920's, residents moved to the area of today's Dunbar,
which was then called Safety Hill or The Bottoms. It was located north and south of State Road 82 project
impact zone and east of downtown Fort Myers (Hill 1933; Sanborn 1914). The small‐unincorporated area
of Dunbar surrounded the main street of Anderson Avenue (presently Dr. Martin Luther King, Jr.
Boulevard). The first homes and businesses clustered "near the tracks" around Evans and Cleveland
Avenue (also known as US 41) (Hill 1980: 1). Dunbar was named for Paul Lawrence Dunbar (1872‐1906),
an author and poet, son of former slaves and a father who fought in the Civil War. The predominantly
African‐ American community includes numerous subdivisions formed during the 1910's and 1920's.
Lincoln Park, consisting of 25 blocks south of Anderson Avenue (presently Dr. Martin Luther King, Jr.
Boulevard), and east of Palm Avenue, was recorded in August of 1913, by owner Charles P. Frank (Plat
Book 3:43). To the south, Franklin Park, owned by W. P. Franklin, was recorded in September of 1923
(Plat Book 4:72).
Adjoining the Atlantic Coast Line tracks to the west, between Dr. Martin Luther King, Jr. Boulevard and
Edison Avenue are: Anderson Heights, recorded in 1922 (Plat Book 3:59); Evans Second Addition, filed
early in 1887 (Plat Book 2:1A); and Oakland Park, filed in 1911 (Plat Book 1:61). Near the intersection of
Dr. Martin Luther King, Jr. Boulevard and Evans Avenue, the subdivision of Evans Addition and Towles
Addition were platted in 1905 and 1904, respectively (Plat Book 4:26; Plat Book 2: 10).
The early 1920's Boom years also brought many improvements to Fort Myers, which would have
profound effect on the city despite the eventual collapse of the Boom and the ensuing Depression Era.

"These improvements included four new school buildings, many miles of badly needed paved streets and
sidewalks, a greatly enlarged water system, a gas plant, modem firefighting apparatus, a city‐ wide sewer
system, a municipal pier and auditorium, and a municipal bathing pool" (Grismer 1949:232). The Florida

20
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

Land Boom ended in 1926. Both the state and City of Fort Myers experienced an economic depression,
which was compounded by the stock market crash in 1929, and subsequent Great Depression. In 1930,
Fort Myers had a population of 9,082 of which 2,450 were black. Some local black farmers and
landowners lost their land and began to take day labor jobs to support their families. Several projects
underway in the early depression years, aided the city's economy. These included the concrete Edison
Bridge, which replaced an earlier wooden bridge over the Caloosahatchee River, completed in October
1930, and the federal post office, completed in October 1933. Federal relief work funds, promoted by
newly elected President Franklin Delano Roosevelt, began arriving in Fort Myers in the late spring of 1933
(Grismer 1949:242‐243). During the next six years, numerous projects were funded through several
different federal relief programs. These included repairs of existing roads, sidewalks and utilities, as
well as the construction of new ones. In 1937, a new water plant was built in the Dunbar Community
using Public Works Administration (PWA) funds. The Waterfront Park and Yacht Basin were created with
Work Projects Administration (WPA) funds (Grismer 1949:242‐243). It was not until after World War II
that the economy in Fort Myers and the State of Florida recovered from the Depression. During the
1950’sand 1960’s, both tourists and retired persons frequented the state and area of Fort Myers. With
this influx, new jobs and expanded opportunities arose for both black and white residents, laying the
social and economic foundation for what it is today.

48. Historical Significance


McCollum Hall was constructed ca. 1938 by an African‐American resident of the Dunbar Community,
Clifford "Buck" McCollum, Sr. He had the building constructed just prior to World War II as the area was
beginning to recover from the Depression. McCollum Hall became a major commercial center in the
Dunbar Community. It was designed to house upscale commerce for the segregated African‐ American
population of Fort Myers. Divided into rental spaces for lease along the ground floor, McCollum Hall
was built to house a large second‐story space for a dance hall with a raised stage for live performances.
On the first floor, below the dance hall, was a barbershop and Ryan's Coffee Shop. To the west of the
barber and coffee shops, a tall opening with a framed wooden door led to a broad wooden stairway,
which brought patrons directly to the upstairs hall. West of the two‐story portion, a one‐story cluster of
rental spaces were occupied by Anderson Avenue Package Store for liquors, wines and beer; a clothing
store; and a larger space for a grocery store operated by McCollum. At the west end of the McCollum
Building, the grocery store's corner door faced directly onto the intersection of Cranford Avenue
and Anderson Avenue (now Dr. Martin Luther King, Jr. Boulevard) (McCollum 1994). The architect for
McCollum Hall was Frank Wooster Bail, AlA Frank Bail was born in Ohio in 1891 and graduated with a
Bachelor of Architecture from Columbia University in 1917. After serving as a lieutenant in the army
during World War I, he settled in Cleveland where he was employed as assistant city architect. In 1922,
he established the Frank W. Bail Company. His most notable buildings in Ohio are the Lake Shore Hotel,
Fifth Church of Christian Science, and Cuyahoga County Juvenile Court. In the mid‐1930's he moved to
Fort Myers, keeping the same firm name. During World War II, he merged his practice with structural
engineer Freeman Horton creating Bail, Horton and Associates. Significant projects in Florida include
the 1947 master plan for Florida State University.
The historic events, associated with McCollum Hall, sometimes familiarly called Buck Hall or Buck
McCollum Hall by locals, and the segregated Dunbar Community, reflect the African‐American
experience in Southwest Florida from the 1930's through the 1950's and beyond. Historically, the

21
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

Cranford‐Anderson intersection, like McCollum Hall, was a hub for the Dunbar Community. Anderson
Avenue bisected the community from east to west and led from the Dixie Highway to the agricultural
areas east of Fort Myers. Early each workday morning during the 1940's and 1950's as many as fifty farm
trucks and busses arrived there. They lined Cranford Avenue and parked in the vacant lot to the rear of
McCollum Hall. Laborers from the surrounding community convened at the spot, where they were hired
and transported to work places. Initially, the laborers worked in agricultural fields. Over time, the
dominant agricultural industry was replaced by a series of evolving economic enterprises, such as the
shrimping industry and pulpwood production. Unprecedented land development of massive dredged‐
and‐filled tracts, such as Lehigh Acres and Cape Coral resulted in construction employment for laborers
throughout the Lee County region during the decades following World War II (McCollum 1994)
Dunbar Community social celebrations also are part of the history of McCollum Hall. Even as white Fort
Myers citizens celebrated the famed Edison Festival of Lights annually, the segregated Dunbar
Community of the 1940's and 1950's organized its own Easter Parade. The parade began at Dunbar High
School, proceeding down Blount Street and High Street to Anderson Avenue. At McCollum Hall, the
procession turned north onto Cranford Avenue, then onto Orange Street, dispersing at Mt. Olive
Missionary Baptist Church or at the beginning point‐Dunbar High. The Easter Parade included floats and
several African‐American bands invited from other segregated communities such as Arcadia (McCollum
1994). Such celebrations were not organized within McCollum Hall, but the structure did contribute by
being a practice location for a community band that marched in the Easter Parade in the late 1930's. At
the time, Dunbar High School did not have a school band so the bandmaster from Fort Myers Senior High
School taught local children at McCollum Hall after school hours (Brown 1996).
The community dances were originally held at the Knights of Pythias Hall and sometimes the theater.
When McCollum Hall was constructed, the dance hall was constructed first‐‐the building was constructed
in two phases. Upon completion of the 2 story section construction began on the I story commercial
section east toward Cranford Avenue. On the first floor beneath the dance hall were three business
stores (Johnson 1996). The only thing at the time that was memorable was Buck Hall. That was about the
nicest place on Anderson Avenue (Dorsey 1996).The two decade procession of superstar celebrities to
the McCollum stage distinguished the Hall and Southwest Florida's ethnic history. The band of nationally
known Andy Kirk opened the Hall in April 1938. Over the years, McCollum Hall's bookings featured
performances by such nationally famous bands as those of Duke Ellington, Louis Armstrong, B.B. King
and Otis Redding (McCollum 1994). McCollum Hall was where they had all the big dances. Duke Ellington,
Count Basie and Lucky Milliner were performers (Bennett 1996). An entry in the diary of Duke Ellington
dated Tuesday, April 1, 1947 noted Duke Ellington and his orchestra to play on stage at the McCollum
Hall in Fort Myers, Florida (Vail 1999:314).
During World War II, McCollum Hall served as a USO for the black soldiers that would come and go at
the air‐gunnery training facilities at Buckingham Field. The Pleasure Pier, which stood on the

Caloosahatchee River dock at the heart of downtown Fort Myers, was the USO location serving white
soldiers. Buckingham Gunnery School had many black soldiers at Page Field. They came to town every
night at the USO at the Buck McCollum Hall (Brown, 1996). Mostly local bands played for the USO dances.
White residents and soldiers also frequented the establishment during this time. They would put a rope
across to separate the whites and blacks (Bennett 1996).

22
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

From the 1930 through the 1950, the list of retail tenants stayed relatively stable. The original McCollum
Grocery lasted until 1956 when the Maddox Math Grocery, which became Cee Jay’s Grocery in 1959,
replaced it. A clothing store was consistently located next to the grocery store. In the 1950, the store was
Kellum Clothing Store, which became Styland's in 1959. Other stores that lasted through the 1950's were
the Anderson Package Store and the Ryan Henry Coffee Shop. Starting in 1954 a local lodge of the
Freemasons utilized McCollum Hall as their meeting place. The dance hall continued in operation until
the late 1970's catering more to the teenagers of the community. In the mid 1980's, the second‐floor
hall was changed to a rooming house. Commercial endeavors came and went at McCollum Hall over the
years and its physical appearance began to decline. In 2006, the City Council of Fort Myers adopted the
Dr. Martin Luther King, Jr. Boulevard Revitalization and Redevelopment Plan. Once again, McCollum Hall
stood out as a prominent landmark in the Dunbar Community at the cornerstone of its revitalization. In
2008, the Fort Myers Community Redevelopment Agency acquired the property in order to stabilize the
structure and seek a Offeror to rehabilitate and reuse the property.
*McCollum Hall History was originally prepared for use with the 2009 & 2012 Florida Nomination Proposal
Application to get the property listed on the National Register of Historic Places

49. Project Background


The City of Fort Myers designated McCollum Hall a local historic landmark in 1998. During a collaborative
planning process, led by the City and supported by the residents in 2005‐2006, the Dr. Martin Luther
King, Jr. and Veronica S. Shoemaker Boulevards Revitalization Plan was created and adopted by the City
Council in 2006. The Community Redevelopment Agency purchased McCollum Hall in 2008 to preserve
it for reuse as a commercial, entertainment, and cultural activity center.
The 2006 planning process illuminated the importance of McCollum Hall to the residents because of the
significant role it played in the community from its inception and prior to its conversion into a room
house in the 1980’s. One of the ideas that emerged from the planning effort that has sustained
momentum over the years is to have the former dance hall reimagined as a social gathering place. It
would be available to residents through a rental/lease agreement for celebratory events, including but
not limited to parties, anniversaries, workshops and meeting space.
One of the primary reasons for the construction of McCollum Hall originally included the need for
commercial space in the black community, and a place to hold organized social gatherings. It is more
significant today because it is one of only a few historic structures still standing in the Dunbar community.
Although McCollum Hall has undergone interior changes, it has essentially maintained its Art Deco
influenced exterior, and the building remains iconic in the minds of many residents around the City of
Fort Myers.
50. CRA Activities to preserve and redevelop since purchase in 2008:
• Environmental studies and remediation performed by Professional Service Industries, Inc. 2008
• Urban Development Solutions, Inc. (UDS) was selected through a Request‐for‐Qualification process
in 2012. The firm did not fulfill the terms of the Development Agreement and subsequently, the
agreement was terminated.

23
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site


• A $306,000 stabilization phase replaced the roof and fortified the skeletal structure to prevent further
deterioration in 2012. The stabilization phase was financed largely through a Community Development
Block Grant (see grant restrictions).
• 2014‐2016 Exterior Restoration Phase funded by a Special Category Grant from the State of Florida
(leaving the rear of the structure unimproved) (see grant restrictions).

*References
AlA Historical Directory of American Architects
20I0 Website: http://communities.aia.org/sites/hdoaa/wiki/Wiki%20Pages/ahd I 001723 .aspx
Beattie, Richard
1994 Telephone interview with J.S. Matthews, May 17, 1994.
Beede, Don
1994 Telephone interview with AI Rosi, May 16, 1994.
Bennett, Robert
1996 Interview with Nina Denson‐Rogers, June 10, 1996.
Brown, Lloyd
1996 Interview with Jan Matthews and Nina Denson‐Rogers, September 24, 1996.
Burke, Walter
1993 Interview with Jan Matthews and Nina Denson‐Rogers, September 24, 1996. Telephone
interviews with J.S. Matthews, November 22, 23, December 30 and January I, 1994.
Cleveland Landmarks Commission
2018 Website:
http://planning.city.cleveland.oh.us/landmark/arch/archDetail.php?afil=&archID=7&phrase=bail&anyallexact=all
&button=Search
Covington, James W.
1957 The Story of Southwester Florida Volume I, New York: Lewis Historical Publishing
Company, Inc.
Dorsey, Robert (Bob)
1996 Interview with Vivian Hill and Nina Denson‐Rogers, July 29, 1996.
Fort Myers Black Historical Society
1994 "Community Profile", Fort Myers: Fort Myers.
Fort Myers Historical Museum
1943 Buckingham Army Airfield Permanent Personnel, Fort Myers: Fort Myers Historical
Museum.
Fort Myers Historical Museum
1985 A Century of Pride and Progress 1885‐1985, Fort Myers: Fort Myers Historical Museum.
Fort
Myers News‐Press
1978 "Dunbar. A Community Profile." Fort Myers: Fort Myers News‐Press, December 3‐11.
Grismer, Karl H.
1949 The Story of Fort Myers. Fort Myers Beach: The Island Press Publishers.
Hanson, Mary Ellen and W. Stanley
1994 Telephone interview with J.S. Matthews, January 3, and May 3.

24
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

*References, Continued
Hill, Vivian 1994 Telephone interview with J.S. Matthews, January 3, 1994. 1973.
Johnson, Jacob Rolfe Lee County, Florida 1996 Interview with Jan Matthews and Nina Denson‐
Rogers, July 8, 1996.
Kellum, Kenneth 1994 Telephone interview with Mary Ellen Hanson, May 3, 1994.
Lee County Black History Society
1997 1996‐1997 Collection of Transcripts of the Oral History of African American Citizens of Lee
County.
McAlester, Virginia and Lee McAlester
1984 A Field Guide to American Houses. New York: Alfred A. Knopf.
McCollum, Buck
1994 Interview with Dawn Wise and J.S. Matthews, May 14, 1994.
McCollum (sic) Hall was full of fun, entertainment.”
1993 Fort Myers News‐Press, February 1: 3D.
McCutcheon, Pat
1994 Telephone interview with J.S. Matthews, May 3, 1994.
1994 Interview with Richard Beattie, April29, 1994.
Polk City Directories
1954‐1959 City of Fort Myers. Livonia, Michigan: R.L. Polk & Company.
Schwartz, Rebecca Spain and Daniel Delahaye
1994 City of Fort Myers Water Treatment Plan. Determination of Eligibility Request. On file,
Archaeological Consultants, Inc., Sarasota.
Stone, David O.
1991 Paul Lawrence Dunbar School/Dunbar Community School. National Register of Historic
Places proposal. On file, Archaeological Consultants, Tallahassee
Taylor, Tulie W. and Donald Stone
1992 Paul Lawrence Dunbar School/Dunbar Community School. National Register of Historic
Places proposal. On file, Archaeological Consultants, Tallahassee
Vail, Ken
1991 Duke’s Diary: Part I: The Life of Duke Ellington 1927‐1950, Cambridge: Vail Publishing.

25
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

51. Timeline: The following represents a best estimate of the schedule that will be followed. The City of
Fort Myers and CRA reserve the right, in its sole discretion, to adjust the schedule as deemed necessary.
REQUEST FOR PROPOSAL

Solicitation No.: RFP No. 0013-18

Solicitation Name: Restoration, Purchase or Lease and Management of McCollum Hall Building and Site
Cumulative
Days for
Completing
Steps Solicitation Action Planned Date
113
(Steps 1 - 8)
Days Between
Steps
11
TBD FMCRA Meeting - Award Contract TBD

10 Negotiations between FMCRA & City staff and top-


TBD TBD
ranked firm

9 TBD FMCRA Meeting TBD

8 TBD Presentation Committee Meeting Wednesday, July 11, 2018*

7 15 Evaluation Committee Meeting Tuesday, June 26, 2018*

6 Receipt of proposals - 2:00 p.m. (75 days between


13 Wednesday, June 13, 2018
RFP advertisement and closing date)

5 14 Last day for Pur to issue an addendum Wednesday, May 30, 2018

4 15 Deadline for questions 4:00 p.m. Tuesday, May 15, 2018

3 31 Pre-Proposal Conference at 10:00 a.m. Friday, April 13, 2018

2 Solicitation advertised and released to the


14 Friday, March 30, 2018
marketplace

1 11 Received Revised Docs from FMCRA Monday, March 19, 2018

Note: The dates provided in the above timeline are tentative and are subject to change.
*Pending availability of City Council Chambers

26
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

52. SCOPE OF SERVICES


The Community Redevelopment Agency (CRA) is requesting proposals for the restoration, purchase or
lease, and management of the McCollum Hall property for a neighborhood commercial center with
entertainment, retail, and dining establishments, or an alternative use consistent with the current
Commercial Intensive (CI) zoning, or an alternative use acceptable to the CRA. (See CI zoning uses
attached). The CRA acquired the site in 2008 in order to preserve the building and redevelop it for
commercial, entertainment, and cultural events. The CRA is willing to negotiate the terms of the
agreement, based on the financial feasibility of any proposed project and for a contract, which spells out
specific development goals, community goals, design and construction milestones and a required payment
and Performance Bond. The proposed redevelopment shall incorporate sound principles of urban in-fill,
smart growth development and a sustainable redevelopment in planning, design and construction.

27
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

53. Additional Information


53.1 The CRA is interested in entering into a purchase or lease agreement for the proposed property,
in accordance with the requirements identified throughout this Request for Proposal.

1. The successful Offeror will be asked to sign a contract to purchase or lease the property and enter into
a Development Agreement with the CRA, to achieve the objectives of the project. The successful firm
will be required to supply as part of any contract: designs, construction schedule, marketing/sales plan,
operation and property management plan, and a sound financial model demonstrating how McCollum
Hall will meet the CRA goal of being a financially viable neighborhood commercial center with
entertainment, retail, and dining establishments, or an alternative use.

2. McCollum Hall’s stabilization phase was largely funded through a Community Development Block Grant
(CDBG) from the U.S. Department of Housing and Urban Development (HUD). Therefore, the successful
Offeror to purchase or lease the property shall be required to conform to HUD standards and contractor
requirements during rehabilitation and development as described on the attached grant restrictions
document.

3. Special Category Grant from the State of Florida was the primary funding source for the exterior
restoration completed in 2016. The successful Offeror to purchase or lease the property shall be
required to conform to the State of Florida standards and contractor requirements during rehabilitation
and redevelopment as described on the attached grant restrictions document.

4. Offeror’s responsibilities shall include, but not be limited to, complete planning, architectural design,
necessary permit documents, site work and development, utilities, construction, construction
administration and management, landscaping, signage, illumination, marketing, and property
management.

Potential Redevelopment Incentives:


1. The CRA will provide the selected Offeror assistance with the application and receipt of any City
regulatory approvals as required for building plan approval.

2. Financial incentives that may be available:


a. Tax Increment Rebate*
b. Favorable lease terms
c. PACE Program
d. Historic Property Ad Valorem Tax Exemption Program*
*Must be a for-profit entity to use 1 & 4

28
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

1. PROPOSAL SUBMITTAL REQUIREMENTS


Firms should include the following information in their proposals. The following format and sequence
should be followed in order to provide consistency in firm’s responses and to ensure each proposal
receives full consideration. All pages should be consecutively numbered.

1.1 Letter of Interest. Identifying the team members and providing a designated point of contact,
including name, title, address, email address, and telephone and fax numbers of one (1) individual
to whom all future correspondence and/or communications should be directed by the City of Fort
Myers concerning this solicitation. The letter should include a narrative statement of the Offeror’s
approach to providing the Services solicited in this RFP.
1.2 Executive Summary. The purpose of the Executive Summary is to provide an overview of the
Offeror’s qualifications to accomplish the project. At a minimum, the Executive Summary must
contain the following information:
1.2.1. Complete legal name of the Offeror and the name of the legal entities that comprise the
Offeror. The Offeror must provide the domicile where each entity comprising it is
organized, including entity name, and brief history of the entity.
1.2.2. The general and specific capabilities and experience of the Offeror’s team. Each Offeror
must identify examples where team members have worked together to complete a
similar project and discuss how the team was formed and how the team will function as
an integrated unit in providing services to the City of Fort Myers.
1.2.3. List of at least three (3) of the most recent, similar contracts in which the Offeror has
participated and their size. More recent experience is preferred.
1.2.4 List of at least five (5) client references, which includes the following information: Name
of contacting agency, contact name, address and telephone number. References must be
on client’s letterhead.

1.2.5 A tentative work schedule displaying how the project will be performed and completed
in a timely manner.

1.3 Methodology, Management, and Approach. Offeror must describe the procedures and methods
that will produce the required outcomes for the specified project. Offeror should explain its
approach in terms of management, organization, process, tools and techniques, staff and quality
assurance/quality control. Such information should include but not be limited to:
1.3.1 A sample Project Plan including a timeline from award through project completion with
clearly identified roles and responsibilities.
1.3.2 A description of any added incentives and support Offeror will provide at no additional
cost to the City of Fort Myers.

29
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

1.4 Experience and Qualifications. Offeror must provide the following:


1.4.1 Name of the Project Manager who will serve as the single point of contact for the entire
project.
1.4.2 A description of the Offeror’s experience and applicable certifications, awards, and
authorizations.
1.5 Customer and Account Services. Offeror must provide description of customer/account support
services to include the following:

1.5.1 A description of the escalation process to include contacts (name, title, address, phone
number, cell phone, email address) for billing and trouble issues;

1.6 Financial Information: Offeror’s audited financial information demonstrating sufficient capital and
assets to support the proposed operation.

5.6.1 An operating budget and pro-forma for the proposed operations as described for a five
year period.

1.7 McCollum Hall Building Second Floor Space Utilization: Offeror must provide a description of how
the second floor will be utilized as a space that the community can use for social events.

2. EVALUATION OF PROPOSALS
Proposals will be evaluated by various City representatives to ascertain which proposal best meets the
needs of the City.

Evaluation consideration will include but not be limited to the following:

Weight Description

25 Background and Experience

30 Financial Capacity

30 Incorporation of History and Vision for Former Dance Hall

5 Project Plan

5 Business Concept

5 References

100 Total

30
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

3.1 SELECTION COMMITTEE: A Selection Committee consisting of professional CRA and City staff will
review each submission for compliance with the submission requirements of the RFP, including
verifying that each submission includes all documents required. In addition, the Committee will
ascertain whether the firm is qualified to render the required services according to State of
Florida regulations and the requirements of this RFP. The firm shall furnish the City of Fort Myers
such additional information as the City may reasonably require.

3.1.1 The Selection Committee may also consider information derived from reference checks,
background license checks, credit and financial history investigations and other relevant
information brought to the attention of the Selection Committee.
3.1.2 In the event firms are requested for a public presentation to the Committee for final
recommendation ranking; the City and CRA will not be liable for any costs incurred by the
firm in connection with such presentation.
3.1.3 There is no obligation on the part of the City to select and award any submitting response
or to any firm or individual submitting a response. No work is guaranteed.

31
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

ATTACHMENTS

32
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

City of Fort M yers Docum ent M anagem ent Form


Both pages 1 & 2 need to be signed and returned w ith your subm ittal
Page 1 of 2

R FP #0013-18
Project Description: Restoration, Purchase or Lease and M anagem ent of
M CCollum Hall Building and Site

It shall be the firm's responsibility to review this Request for Proposal

Document in its entirety and notify the City of Fort Myers

Purchasing & Contracts Administration no later than five (5) days after

receipt of the document if there are any pages or pertinent

information missing.

Phone: 239-321-7232

Fax: 239-344-5935

Contact: Debbie Kearns

I certify that I am authorized to sign this form on behalf of the firm and

acknowledge that the document has been reviewed and is complete.

Firm Name: ________________________________

Signature: _________________________________

Printed Name & Title: ________________________

Date: _____________________________________

33
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

City of Fort M yers Docum ent M anagem ent Form

Page 2 of 2

R FP #0013-18
Project Description: Restoration, Purchase or Lease and M anagem ent of M CCollum Hall
Building and Site

Vendor Check List


Item No Description Vendor Check of

1 Proposals submitted in sealed envelope / container

2 Document Management Form (This form in its entirety: Page 1 and 2)

3 Proposer’s Certification

All proposal submittal requirements as listed under REQUEST FOR


PROPOSAL, Section 1, Proposal Submittal Requirements

5 No Lobbying Affidavit

6 Employment Eligibility Verification System (E-Verify) Affidavit

Signed Statement of Understanding of Restrictions on McCollum Hall


7 Property

I certify that I am authorized to sign this form on behalf of the firm


and acknowledge that the document has been reviewed and is
complete.

Firm Name: ________________________________

Signature: _________________________________

Printed Name & Title: ________________________

Date: _____________________________________

34
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

Notarized Affidavit
EMPLOYMENT ELIGIBILITY VERIFICATION SYSTEM (E-VERIFY) AFFIDAVIT
STATE OF FLORIDA

COUNTY OF LEE
This ____________ day of ____________ 20__

, being first duly sworn, deposes and says that he or she is the authorized representative of

________________(Name of the contractor, firm or individual), maker of the attached request for bid, proposals,

qualifications and/or any other solicitation released by the City of Fort Myers and that the bidder and any of its agents agree

to abide by the City of Fort Myers Employment Eligibility Verification System requirements in regards to this solicitation.

AFFIANT

The foregoing instrument was acknowledged before me this of , 20__

by (name of person, officer, or agent, title of officer or agent), of

(corporation or partnership, if applicable),

a (state of incorporation or partnership, if applicable), on behalf of the

(corporation or partnership, if applicable). He/She is personally known

to me or has produced as identification.

Signature of person taking acknowledgment

Name typed, printed or stamped

____________________________________________
Rank or Title

35
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

NOTARIZED AFFIDAVIT
NO LOBBYING AFFIDAVIT
STATE OF FLORIDA
COUNTY OF LEE
This ____________ day of ____________ 20___

, being first duly sworn, deposes and says that he or she is the authorized representative

of ______________________________(Name of the contractor, firm or individual), maker of the attached bid,

proposal, qualifications and/or any other solicitation released by the City of Fort Myers and that the bidder and

any of its agents agree to abide by the City of Fort Myers no lobbying restrictions regarding this solicitation.

AFFIANT
The foregoing instrument was acknowledged before me this of , 20__

by (name of person, officer, or agent, title of officer or agent), of

(corporation or partnership, if applicable),

a (state of incorporation or partnership, if applicable), on behalf of the

(corporation or partnership, if applicable). He/She is personally known

to me or has produced as identification.

Signature of person taking acknowledgment

Name typed, printed or stamped

(Title or Rank)

36
RFP No. 0013-18 Restoration, Purchase or Lease and Management of McCollum Hall Building and Site

Statement of Understanding of McCollum Hall Grant Funding Constraints

I, __________________________________________________ (print name), have read and understand


the “Grant Funding Restraints” contained in RFP No. 0013-18, Restoration, Purchase or Lease, and
Management of McCollum Hall Building and Site.

________________________________________________ _________________________
(Signature) (Date)

37
 Restrictions on McCollum Hall Property
CONTRACT 
GRANT/NAME REQUESTED $ APRROVED $ RECEIVED
EXECUTED
CONSTRAINTS/REQUIREMENTS
City of Fort Myers N/A - - - In 1998, the City of Fort Myers designated McCollum Hall a
Historic Landmark Historic Landmark. Any proposed restoration and construction
for this site must be reviewed and approved by the City of Fort
Myers Historic Preservation Commission through the Certificate of
Review process. (See website).
https://www.cityftmyers.com/documentcenter/view/3226
https://library.municode.com/fl/fort_myers/codes/code_of_ordinances
?nodeId=SPBLADECO_CH114HIPR_ARTIVTAEXREHIPR_S114‐
149HILALEDE

Naming Constraint N/A N/A N/A 5/13/2008 Naming Constraint: During the negotiations to purchase the
property, all parties agreed that the the McCollum name would
remain on the building in perpetuity. For example, previous
Developer had proposed McCollum Place as a project name.
Community $75,000 $193,256 $193,256 11/18/2011 Administrative Requirements per the Subrecipient Agreement: VIII.
Development Block Encumbers the ADMINISTRATIVE REQUIREMENTS (Pg. 9-13) IX. OTHER PROGRAM
Grant/City of Fort property for 10 year REQUIREMENTS (pg. 13-9), X. LABOR STANDARDS (Pg. 19), XI.
Myers after transfer to ENVIRONMENTAL STANDARDS (Pg. 19-20), XII. RELOCATION, REAL
Developer. PROPERTY ACQUISTION AND ONE-FOR-ONE HOUSING
REPLACEMENT (Pg. 20-21). XIII SEVERABILITY (Pg. 21), XIV.
SECTION HEADINGS AND SUBHEADINGS (Pg 21), XV. ENTIRE
AGREEMENT (Pg. 21) See Attachment.
The Davis Bacon Act mandates that all Federal Government
construction contracts and the contracts for federally assisted
construction over $2000 must contain the appropriate Davis-
Bacon Wage determination. The current wage rates can be
searched at this web site http://www.wdol.gov/* (formerly
http://www.access.gpo.gov/davisbacon/index.html*). Should
developer choose to repay the grant funds, Davis Bacon Act would
not apply; find more information on Davis Bacon Act
https://webapps.dol.gov/elaws/elg/dbra.htm.

The grant requirements will need to transfer with the lease within
the 10 year timeframe.

McCollum Hall _grant funding and constraints _2.xlsx 38 3/19/2018
CONTRACT 
GRANT  REQUESTED $ APRROVED $ RECEIVED CONSTRAINTS/REQUIREMENTS
EXECUTED

Administrative Requirements per the Subrecipient Agreement:


VIII. ADMINISTRATIVE REQUIREMENTS (Pg. 9-13) IX. OTHER
PROGRAM REQUIREMENTS (pg. 13-9), X. LABOR
STANDARDS (Pg 19), XI. ENVIRONMENTAL STANDARDS (Pg
19-20), XII. RELOCATION, REAL PROPERTY ACQUISTION
AND ONE-FOR-ONE HOUSING REPLACEMENT (Pg 20-21). XIII
SEVERABILITY (Pg 21), XIV. SECTION HEADINGS AND
SUBHEADINGS (Pg 21), XV. ENTIRE AGREEMENT (Pg 21) See
Attachment.
Special Category Grant $500,000 $500,000 $480,000 11/17/2014 1-The Owner and the Grant Recipient agree to maintain the
(CSFA 45.032) / State of Encumbers the property in accordance with good preservation practices and the
Florida, Department of property for 10 Secretary of the Interior's Standards for Rehabilitation.
State, Division of years (11/2024)
Historical Resources
(Division)
2-The Owner and the Grant Recipient agree that no modifications
will be made to the Property, other than routine repairs and
maintenance, without advance review and approval of the plans
and specifications by the Department's Bureau of Historic
Preservation.
3-The Owner and the Grant Recipient agree that every effort will
be made to design any modifications to the Property in a manner
consistent with the Secretary of the Interior's Standards for
Rehabilitation.
4-The Owner and the Grant Recipient agree that the Department,
its agents and its designees shall have the right to inspect the
Property at all reasonable times in order to ascertain whether the
conditions of the Grant Award Agreement and these covenants
are being observed.

McCollum Hall _grant funding and constraints _2.xlsx 3/19/2018
39
CONTRACT 
GRANT/NAME REQUESTED $ APPROVED $ RECEIVED CONSTRAINTS/REQUIREMENTS
EXECUTED
5-The Owner and the Grant Recipient agree that these restrictions
shall encumber the property for a period of ten years from the date
of recordation, and that if the restrictions are violated within the ten
year period, the Department shall be entitled to liquidated
damages pursuant to the following schedule: (a) If the violation
occurs within the first five years of the effective date of these
covenants, the Department shall be entitled to return of the entire
grant amount. (b) If the violation occurs after the first five years,
the Department shall be entitled to return of the entire grant
amount, less 10% for each year past the first five. For instance, if
the violation occurs after the sixth anniversary of the effective date
of these covenants, but prior to the seventh anniversary, the
Department shall be entitled to return 80% of the original grant
amount.

McCollum Hall _grant funding and constraints _2.xlsx 40 3/19/2018
TICE ST

VD
BL
CH

A
BE

I-75
MARSH AVE
ALM
P
ED

LUCKETT RD
IS
O
N

BALLARD RD
BR
ID
G

MICHIGAN AVE
ST
E

T A RD
DS
ST
N A BO
CO
Y
SE
SE
BA
DR M
A RTIN
Downtown
M

JACKSONVILLE ST
LUTH
ON
CLEVELAND AVE

ER KING
RO

JR BL
E

VERONICA SHOEMAKER BLVD

VD
HENDERSON AVE

HIGHLANDS AVE
ST

I-75
McCollum Hall
EDISON AVE
FORD ST

HANSON ST ORTIZ AVE


BROADWAY

METRO PKW
FOWLER ST
EVANS AVE

I-75
US 41
T
AV E EX
KL ER
WIN
Y

D
WINKLER AVE LV
FORD ST EXT

L B
IA
L ON
CO
N AI RP ORT RD

McCollum Hall
Map for reference only and is not a Survey. The City of Fort
Myers makes no claims or guarantees about the accuracy or
0 1,300 2,600 3,900 5,200
currency of the information contained on this map, and

Location Map
Feet expressly disclaims liability for errors and omissions.
Source: City of Fort Myers

41
R:\Templates\8.5x11 Letter Portrait.mxd - 02/02/2009 @ 2:52:50 PM
HART RD
D
ER
OR

NEW POST RD
H
YS
BA
PINE ISLAND RD VD
IXORA DR
BL
CH
EA
MANY RD

B
N TAMIAMI

LM
PA
PINEY RD

RIVER RD
BLVD

 TICE ST
TRL
R

PONDELLA RD
BETMA

CABANA AVE
PALM AVE

I-75
MARSH AVE
VE RO N IC A
N
CL
E

ED
VE

IS LUCKETT RD

S SH OE MA
LA

O
N
CA AVE
N

BR VD
D

BL
LO

I D H BALLARD RD

KE
OS

G
E AC
BE

R BLVD
AH

LM
PA MICHIGAN AVE
AT
CH

CRANFORD

T
YS
BA ST
McCollum Hall
EEB

N D
CO
RI

DR M
SE ARTI
I-75
DG

N LUTH
ER K
ING
E

JR B
LVD
HENDERSON AVE

HIGHLANDS AVE

EDISON AVE SR
82
D

VD
BLV

BL
E Z
RT
OR

FORD ST

CO
EG

ORTIZ AVE
GR
MC

HANSON ST
CLEVELAND AVE

BROADWAY

VERONICA SHOEMAKER BLVD


METRO PKWY
FOWLER ST

ROSADA WAY
EVANS AVE

SIX MILE CYPRESS PKWY

HILL AVE T
EX
US 41 VE
I-75

RA
K LE
N
WINKLER AVE WI
VD
BL
FORD ST EXT

AL
SOMMERSET DR

N I
O LO
C
S CLEVELAND AVE
SUMMERLIN
RD

McCollum Hall
Map for reference only and is not a Survey. The City of Fort
0 0.25 0.5 0.75 1 Myers makes no claims or guarantees about the accuracy or
currency of the information contained on this map, and

Location Map
Miles
expressly disclaims liability for errors and omissions.
Source: City of Fort Myers

42
R:\Templates\8.5x11 Letter Portrait.mxd - 02/02/2009 @ 2:52:50 PM
2716
2706

2756

2726 2736 2746

2701-2719 DR MLK JR BLVD


134424P3006130250
Sq. Ft. = 29,344 2727 DR MLK JR BLVD
CRANFORD

134424P3006130320 2755

Sq.Ft.= 14,604
2701-2719 2745

2727 2745 DR MLK JR BLVD


134424P3006130380
McCollum Hall Sq. Ft. = 22,281

DR MARTIN LUTH
ER KING JR BLVD

2704 2710
2714
2722
2726 2741/45 2756

McCollum Hall
Site Map
0 30 60 90 120
Feet

Map for reference only and is not a Survey. The City of Fort
Myers makes no claims or guarantees about the accuracy or
currency of the information contained on this map, and
expressly disclaims liability for errors and omissions.
Source: City of Fort Myers

43
R:\Redevelopment Agency\McCollum Hall Area.mxd - 02/03/2009 @ 10:42:55 AM
Photos of the
McCollum Hall Building & Site
RFP 0013-18 McCollum Hall

Exterior Images Pages 2-8


Interior Images, Pages 9-12
Project Site , Pages 13-15

44
Exterior Images

Photo #1, Iconic Entry way located on 
the Corner of Cranford & Dr. Martin 
Luther King, Jr. Blvd

Photo #2, Iconic Entry way located on the Corner of Cranford & Dr. Martin Luther King, Jr. Blvd

45
Photo #3 West side of structure, Cranford Avenue 

Photo #4 One‐Story building, Storefronts, Awnings, 

46 3
Photo #5, Entrance to second floor (the 
dance hall was located on the 2nd floor)

Photo #6, Two‐story building, New  windows, doors, canopies, restored glazed quarry tile entryway, & restored 
light fixtures  
47 4
Photo #7, New McCollum Hall sign above entry way to the second floor.

Photo #8, New 
Flagpole

MP507, McCollum Hall Pre‐Construction 08/30/18 48 5
Photo #9, Restored light fixtures

Photo #10, Repaired glazed quarry tile by second floor entry way

49 6
Photo #11  Two‐story building facing West

Photo #12, East elevation.
50 7
Photo #13, North Elevation (Rear) 

Photo #14, North Elevation (Rear)
51 8
Interior

Photo #15, Interior view of clear story transom windows located above storefronts. 

Photo #16, Interior view of storefront 
52
9
Photo #17, Interior view of a storefront. 

Photo #18, Interior view of a store front.
53
10
Photo #19, interior view of storefront, (Dr. Martin Luther King, Jr. Blvd.)

Photo #20, Interior view of storefront (Cranford Avenue).

54 11
Photo #21, Interior view of iconic entry door (Cranford Ave & Dr. Martin Luther King, Jr. Blvd.)

Photo #22, Interior view of one‐story
55
12
Site

Photo #23  East side of the property, facing East

Photo #24, East side of the property, facing East 56
13
Photo #25 East side of the property facing West.

Photo #26, East side of the property facing West 57
14
Photo #27  Rear of property facing East

Photo #28, Rear of the property facing North. 58
15

Вам также может понравиться