20
REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services to Create a Real Estate Marketing Plan and Development/Re-Development Plan for the County of San Bernardino Department of Airports Chino Airport Approximately 350 Acres of Vacant Land Southeast Corner of Euclid Avenue and Merrill Avenue Chino, California May 10, 2018

REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

REQUEST FOR QUALIFICATIONS (RFQ)

For Professional Services to Create a Real Estate Marketing Plan and Development/Re-Development Plan for the County of San Bernardino Department of Airports

Chino Airport

Approximately 350 Acres of Vacant Land

Southeast Corner of Euclid Avenue and Merrill Avenue

Chino, California

May 10, 2018

Page 2: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

2

May 10, 2018

Request for Qualifications for Professional Services to Create a Real Estate Marketing

Plan and Development/Re-Development Plan for the County of San Bernardino Department of Airports

Chino Airport

On behalf of the County of San Bernardino Department of Airports (“Airports” the Real Estate Services Department (“RESD”) and the Economic Development Agency (“EDA”) are seeking proposals from a commercial real estate services firm with aeronautical experience or aeronautical firms with national marketing reach throughout the United States with specific expertise and experience in developing and implementing a real estate marketing plan for aeronautical development areas and development/re-development areas as depicted on attached Exhibit A (Aeronautical development area) and Exhibit A-1 (Development/re-development area), at Chino Airport. The desired consultant would be able to provide a specific marketing plan in addition to a development/re-development plan for County owned property to market to aeronautical and associated industries locally, regionally and nationally for the purpose of attracting aeronautical and ancillary related users to the Chino Airport. The Chino Airport is situated within the City of Chino, adjacent to the cities of Chino Hills, Ontario, Corona and Eastvale and serves as an essential facility in the continuing economic growth of the area. It is the goal of the County to enhance the economic value of the area by creating new aviation and employment opportunities through development opportunities at Chino Airport. The desired service would be for a plan related to the development and re-development of the available portion of the County-owned land consisting of approximately TBD acres. If you are interested in providing a proposal, please present your proposed qualifications and estimated turnaround time by email, mail or fax no later than June 22, 2018. PROPERTY IDENTIFICATION: Ownership: County of San Bernardino (County) City: Chino, CA

Location: Approximately three miles south of the 60-Freeway east of Euclid Avenue

Current Use: Vacant Land and Redevelopment Property Intent: Seeking Professional Service Provider for a Marketing Plan,

and development/re-development strategy Size: One site containing approximately ±250 Acres and one site

consisting of approximately 50-100 acres Parcels: See attached Exhibit “A” and “A-1” Boundaries: Walker Avenue to the east; Merrill Avenue to the north;

Kimball Avenue to the south and Euclid Avenue to the west. (See attached Map, Exhibit A)

Page 3: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

3

BACKGROUND: Located at the heart of the Southern California economy, Chino Airport (CNO) is found in the County of San Bernardino within minutes of Los Angeles, Orange and Riverside counties. It is the largest non-commercial airport within a 20-mile radius, making it a leading general aviation airport for independent pilots, students and trainers and corporate users with approximately 72,457 itinerating flights including arrivals and departures, according to the Chino Airport Economic Benefit Analysis (2010). The economic benefits of Chino Airport including on-airport, air visitor and secondary benefits (which result as dollars recirculated in the regional economy), were calculated to be $95.0 million in revenue, $32.2 million in earnings and 593 jobs created. CNO is located on approximately 1,097 acres of land at an elevation of 650 feet above mean sea level. CNO is classified as a Basic Transport Airport in the National Plan of Integrated Airport Systems. CNO is designated as a general aviation reliever airport for John Wayne Airport in Orange County. Facilities at CNO consist of the airfield, general aviation facilities, hangars, administrative facilities, service and maintenance facilities, expansion land areas, Air Traffic Control Tower, aircraft rescue and firefighting, aircraft fuel facilities, and ancillary support services. The airfield is comprised of three runways and various paved taxiways. In order to improve the financial base of the Chino Airport, as well as support the increasing demand for general aviation services in the region, the County is seeking a national professional consulting/brokerage services firm with aeronautical expertise or aeronautical marketing consultant firms to develop a real estate marketing plan and a development/re-development plan for the available land at Chino Airport, targeting local, regional, national and international aeronautic and aeronautic support businesses. The County site is in a convenient, freeway-accessible location near Interstates 10, 15 and state highways 60, 71 and 91, thereby providing access to key land, labor and demographic attributes that support manufacturing and aeronautical job growth in the region. To assist with this proposed plan and concept on this site, and potentially expanding this strategy to neighboring areas, the County requires the following experience and expertise in identifying the needs of users interested in this market area and positioning the property and airport accordingly:

1. A service firm with a national reach and a national institutional background and reputation in real estate and aeronautical uses.

2. A team approach with local, regional and national market knowledge, experience and reach with proven experience and track record of representing both landlords and tenants, and other community stakeholders.

3. The firm and team must have proven experience and a track record of representing aeronautical users, institutional quality developers and industrial, office and retail development of build-to-suit projects.

Page 4: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

4

4. The firm and team must have expertise and a proven track record in working with other public entities including counties and/or cities with land use and development projects.

5. Knowledge of Federal Aviation Administration (FAA) policies regarding land uses, particularly for land acquired with Airport Improvement Program funds.

SCOPE OF WORK: The County is seeking a consulting/brokerage and/or aeronautical firm and team who have the wherewithal and skills to examine the identified County property and present a detailed written report to recommend the following:

1. Develop and implement a marketing plan for the airport to accomplish the most efficient use of available property for development/re-development and enhance the ability of the airport to attract aeronautical users.

2. With the marketing plan in mind, create a development plan for immediately available properties as specified above that will conform to the marketing plan, and maximize use attractiveness while conforming to FAA requirements related to aeronautical uses.

3. Develop a marketing redevelopment plan for those areas as highlighted on attached exhibit A-1 that are located just outside the restricted access area of Chino Airport.

The following is a representative list of the desired information: I. Aeronautical and Development Site Analysis:

Desirable Site Characteristics o Employment Pool o Accessibility o Material Availability o Distribution Requirements o Site Development Requirements

Infrastructure Requirements (above and beyond City of Chino requirements) II. Due Diligence Report to Include Time Frame & Anticipated Costs to the Airport for:

Marketing Plan Implementation (if applicable) Environmental Impact Report (EIR) for the future (as needed) Development and Re-

Development Plan Plan/Entitlement Approval for the Development and Re-Development of Specified

Property o Identification of pertinent technical studies o Development Impact Fees

Demolition Costs Community Outreach

III. Deliverables:

Page 5: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

5

Provide a Conceptual Marketing Plan for Chino Airport, to include development and re-development sites, highest and best uses for existing sites as well as future developable sites and corresponding Development Standards including:

o Typical Building Area o Open Space Requirements o Road Right-of-Way Requirements o Estimate of Net Developable Acreage and Square Footage o Infrastructure Requirements in accordance with the Chino Airport’s Master Plan

including, but not limited to: Utility Extensions and Costs

Water/Reclaimed Water Sewer Dry Utilities Water Suppression System

Storm Drain Requirements and related costs Flood Control Requirements and related costs Street Improvements including, but not limited to (as necessary):

Street widths Traffic signalization Medians Off-sites (sidewalks, curbs, gutters, lighting)

Industrial, Retail, Office and Aerospace Market Overview o Land sales and leases o Building/Hangar leases o Building demand/absorption rates

Marketing Brochure (“OM style”), to be distributed to prospective users. Summarize property being offered Representation of the County of San Bernardino

o Hired firm and team will represent the County of San Bernardino under the direction of RESD to find developers to develop and redevelop land and buildings on the subject property.

o Hired firm and team will represent the County of San Bernardino under the direction of RESD and EDA on behalf of Airports to solicit and secure bona fide user prospects to the site for aeronautical related opportunities and development.

Develop and provide a database of prospective clients, which will become the property of the County, consisting of viable:

o Aeronautical Users and Developers o Industrial Users and Developers o Retail Users and Developers o Office Users and Developers

The materials and information should be set forth in a presentation packet appropriate for distribution to potential users and their consultants and advisors, to include mapping of the site, related illustrations and pertinent exhibit pages. AVAILABLE DATA TO PROPOSER:

Plat Map & Legal Description

Page 6: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

6

Preliminary Title Report Recent Master Plan at http://www.sbcounty.gov/Airports/.

Please provide your proposed qualifications, and turnaround time no later than 4:00 PM on June 22, 2018. Selection will be determined by County RESD and Airports. Contract Procurement and Payment

Procurement and payment of these professional services will adhere to County of San Bernardino Board Policies and Standards. The County of San Bernardino will pay a negotiated fee for the due diligence information and marketing/feasibility study and marketing brochure. The County of San Bernardino will pay to the prospective firm a negotiated market commission in bringing any prospective aeronautical user(s) to the property that consummate a term transaction mutually agreed to by all parties (landlord and tenant/user) that has been executed and delivered. All fees and commissions agreed to be paid by the County of San Bernardino to the prospective firm will require the approval of the County Board of Supervisors.

Contract Indemnification Requirements 1. Indemnification – The CONSULTANT agrees to indemnify, defend (with counsel

reasonably approved by County) and hold harmless the County and its authorized officers, employees, agents and volunteers from any and all claims, actions, losses, damages, and/or liability arising out of this contract from any cause whatsoever, including the acts, errors or omissions of any person and for any costs or expenses incurred by the County on account of any claim except where such indemnification is prohibited by law. This indemnification provision shall apply regardless of the existence or degree of fault of indemnitees. The CONSULTANT’s indemnification obligation applies to the County’s “active” as well as “passive” negligence but does not apply to the County’s “sole negligence” or “willful misconduct” within the meaning of Civil Code Section 2782.

Contract Insurance Requirements

Without in anyway affecting the indemnity herein provided and in addition thereto, the CONSULTANT shall secure and maintain throughout the contract term the following types of insurance with limits as shown:

Workers’ Compensation/Employers Liability – A program of Workers’ Compensation insurance or a state-approved, self-insurance program in an amount and form to meet all applicable requirements of the Labor Code of the State of California, including Employer’s Liability with $250,000 limits covering all persons including volunteers providing services on behalf of the CONSULTANT and all risks to such persons under this contract.

If CONSULTANT has no employees, it may certify or warrant to the County that is does not currently have any employees or individuals who are defined as “employees” under the Labor Code and the requirement for Workers’ Compensation coverage will be waived by the County’s Director of Risk Management.

Page 7: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

7

With respect to consultants that are non-profit corporations organized under California

or Federal law, volunteers for such entities are required to be covered by Workers’ Compensation insurance.

Commercial/General Liability Insurance – The CONSULTANT shall carry General Liability Insurance covering all operations performed by or on behalf of the CONSULTANT providing coverage for bodily injury and property damage with a combined single limit of not less than one million dollars ($1,000,000), per occurrence. The policy coverage shall include: (a) Premises operations and mobile equipment. (b) Broad form property damage (including completed operations). (c) Personal injury (d) Contractual liability. (e) $2,000,000 general aggregate limit.

Automobile Liability Insurance – Primary insurance coverage shall be written on ISO Business Auto coverage form for all owned, hired and non-owned automobiles or symbol 1 (any auto). The policy shall have a combined single limit of not less than one million dollars ($1,000,000) for bodily injury and property damage, per occurrence.

If the CONSULTANT is transporting one or more non-employee passengers in performance of contract services, the automobile liability policy shall have a combined single limit of two million dollars ($2,000,000) for bodily injury and property damage per occurrence.

If the CONSULTANT owns no autos, a non-owned auto endorsement to the General

Liability policy described above is acceptable. Umbrella Liability Insurance – An umbrella (over primary) or excess policy may be

used to comply with limits or other primary coverage requirements. When used, the umbrella policy shall apply to bodily injury/property damage, personal injury/advertising injury and shall include a “dropdown” provision providing primary coverage for any liability not covered by the primary policy. The coverage shall also apply to automobile liability.

Professional Liability – Professional Liability Insurance with limits of not less than one

million ($1,000,000) per claim or occurrence and two million ($2,000,000) aggregate limits

or Errors and Omissions Liability Insurance with limits of not less than one million

($1,000,000) and two million ($2,000,000) aggregate limits or

Directors and Officers Insurance coverage with limits of not less than one million ($1,000,000) shall be required for Contracts with charter labor committees or other not-for-profit organizations advising or acting on behalf of the County.

If insurance coverage is provided on a “claims made” policy, the “retroactive date” shall be shown and must be before the date of the start of the contract work. The claims made

Page 8: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

8

insurance shall be maintained or “tail” coverage provided for a minimum of five (5) years after contract completion

Additional Insured - All policies, except for the Workers’ Compensation, Errors and Omissions and Professional Liability policies, shall contain endorsements naming the County and its officers, employees, agents and volunteers as additional insureds with respect to liabilities arising out of the performance of services hereunder. The additional insured endorsements shall not limit the scope of coverage for the County to vicarious liability but shall allow coverage for the County to the full extent provided by the policy. Such additional insured coverage shall be at least as broad as Additional Insured (Form B) endorsement form ISO, CG 2010.11 85. Waiver of Subrogation Rights – The CONSULTANT shall require the carriers of required coverages to waive all rights of subrogation against the County, its officers, employees, agents, volunteers, CONSULTANTs and subCONSULTANTs. All general or auto liability insurance coverage provided shall not prohibit the CONSULTANT and CONSULTANT’s employees or agents from waiving the right of subrogation prior to a loss or claim. The CONSULTANT hereby waives all rights of subrogation against the County. Policies Primary and Non-Contributory – All policies required herein are to be primary and non-contributory with any insurance or self-insurance programs carried or administered by the County. Severability of Interests – The CONSULTANT agrees to ensure that coverage provided to meet these requirements is applicable separately to each insured and there will be no cross liability exclusions that preclude coverage for suits between the CONSULTANT and the County or between the County and any other insured or additional insured under the policy.

Proof of Coverage – The CONSULTANT shall furnish Certificates of Insurance to the County Department administering the contract evidencing the insurance coverage, including endorsements, as required, prior to the commencement of performance of services hereunder, which certificates shall provide that such insurance shall not be terminated or expire without thirty (30) days written notice to the Department, and CONSULTANT shall maintain such insurance from the time CONSULTANT commences performance of services hereunder until the completion of such services. Within fifteen (15) days of the commencement of this contract, the CONSULTANT shall furnish a copy of the Declaration page for all applicable policies and will provide complete certified copies of the policies and endorsements immediately upon request. Acceptability of Insurance Carrier – Unless otherwise approved by Risk Management, insurance shall be written by insurers authorized to do business in the State of California and with a minimum “Best” Insurance Guide rating of “A- VII”. Deductibles and Self-Insured Retention - Any and all deductibles or self-insured retentions in excess of $10,000 shall be declared to and approved by Risk Management.

Page 9: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

9

Failure to Procure Coverage – In the event that any policy of insurance required under this contract does not comply with the requirements, is not procured, or is canceled and not replaced, the County has the right but not the obligation or duty to cancel the contract or obtain insurance if it deems necessary and any premiums paid by the County will be promptly reimbursed by the CONSULTANT or County payments to the CONSULTANT will be reduced to pay for County purchased insurance. Insurance Review – Insurance requirements are subject to periodic review by the County. The Director of Risk Management or designee is authorized, but not required, to reduce, waive or suspend any insurance requirements whenever Risk Management determines that any of the required insurance is not available, is unreasonably priced, or is not needed to protect the interests of the County. In addition, if the Department of Risk Management determines that heretofore unreasonably priced or unavailable types of insurance coverage or coverage limits become reasonably priced or available, the Director of Risk Management or designee is authorized, but not required, to change the above insurance requirements to require additional types of insurance coverage or higher coverage limits, provided that any such change is reasonable in light of past claims against the County, inflation, or any other item reasonably related to the County’s risk.

Any change requiring additional types of insurance coverage or higher coverage limits must be made by amendment to this contract. CONSULTANT agrees to execute any such amendment within thirty (30) days of receipt.

Any failure, actual or alleged, on the part of the County to monitor or enforce compliance with any of the insurance and indemnification requirements will not be deemed as a waiver of any rights on the part of the County.

The CONSULTANT agrees to provide insurance set forth in accordance with the requirements herein. If the CONSULTANT uses existing coverage to comply with these requirements and that coverage does not meet the specified requirements, the CONSULTANT agrees to amend, supplement or endorse the existing coverage to do so. The type(s) of insurance required is determined by the scope of the contract services.

3) Basis of Selection: The evaluation and selection of the consultant will be based on the

written proposal and weighted on the following criteria: a. Qualifications of proposer and proposer’s organization. b. Experience in the specialty field of marketing to aeronautical, office, industrial

and retail property. c. Experience and track record in working on and with institutional quality

aeronautical users, real estate developments, developers, users and build-to-suits. d. Experience and track record in representing aeronautical, office, industrial and

retail related users on a local, regional and national level. e. Knowledge of FAA restrictions and guidelines for land uses. f. Understanding of the needs of the County and experience in public-private

partnerships. g. Ability to produce the necessary reports in the time frame provided; preference

may be given to faster turnaround times if quality is assumed to be equal.

Page 10: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

10

h. Proposer’s ability to enter into the contract and meet the necessary contracting requirements.

If the County deems an irregularity, defect or variation in a proposal as minor, immaterial or inconsequential, the County reserves the right to notify the proposer of the deficiency in the proposal and provide the proposer an opportunity to correct such irregularity, defect or variation or the County may elect to waive the deficiency and accept the proposal. It is the County’s intention that the selection will be made within two (2) weeks or earlier of the final date for filing the proposals. Please include cost to perform the documents and your hourly rate as an expert witness. The final date of filing a proposal is June 22, 2018. This is not a solicitation of bids. The County reserves the right, for any reason, to accept or reject any one or more proposals; to modify any part of the RFQ; or to issue a new RFQ. The County assumes no responsibility or liability for the accuracy of any information set forth in maps, reports, or other documents/materials provided for the proposer's use in developing their proposal. The proposer assumes all liability in the use of such information in developing their proposal. The County of San Bernardino assumes no responsibility or liability for costs incurred by the proposer in the preparation of a proposal and response to this RFQ. Materials submitted in connection with this RFQ are for the exclusive use of the County of San Bernardino. All proposals will become the property of the County and will not be subject to return. All information contained therein shall be subject to public disclosure under the California Public Records Act, Government Code section 6250 and following. Except as provided below, submission of the proposal shall be deemed to be a waiver of any exemption or exception to disclosure that the proposer may otherwise have. The proposer is responsible for making all necessary investigations and examinations of documents affecting performance. It is mutually agreed that the submission of a proposal shall be considered conclusive evidence that the proposer has made such investigations and examinations. Any reasonable inquiry to determine the responsibility of a proposer may be conducted by the County. The submission of a proposal shall constitute permission by the proposer for the County to verify all information contained therein. If the County deems it necessary, additional information may be requested from the proposer. Failure to comply with any such request may disqualify a proposer from further consideration. Such additional information may include evidence of financial ability to perform, for example, tax returns, bank statements, etc. All financial information submitted in response to request for financial data may be subject to disclosure under the provisions of the California Public Records Act, Government Code section 6250 and following. In the event the County receives a request for the disclosure of any such information, prior to the release of any such information, the County will contact the proposer and will not release the information if the proposer, within five (5) days of receipt

Page 11: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

11

of notice of the disclosure request, requests non-disclosure, provides County a legally sound basis for non-disclosure and agrees to indemnify, defend and hold harmless the County in any action brought to disclose such information. The proposer, by submitting such information, agrees that the failure of County to contact the proposer prior to the release of such information will not be a basis for liability by County or any County employee to proposer. The County, their agents, officers, volunteers, and employees, shall not be liable for any claims, liabilities, penalties, fines or for damage to any goods, properties or effects of any person, caused by or resulting from any acts, errors or omissions of the proposer or the proposer's agents, employees, or representatives. All proposers shall also provide information on former County of San Bernardino administrative officials (as defined below) who are employed by or represent your business. The information provided must include a list of former county administrative officials who terminated county employment within the last five years and who are now officers, principals, partners, associates or members of the business. It should also include the employment and/or representative capacity and the dates these individuals began employment with or representation of your business. For purposes of this section, "county administrative official" is defined as a member of the Board of Supervisors or such officer's staff, County Administrative Officer or member of such officer's staff, county department or group head, assistant department or group head, or any employee in the Exempt Group, Management Unit or Safety Management Unit. Failure to provide this information may result in the response to the request for proposal being deemed non-responsive. The information should be submitted in the form the attached Exhibit 3, LIST OF FORMER COUNTY OFFICIALS. Inaccuracies or Misrepresentations: If in the course of the RFQ process or in the administration of a resulting contract, the County determines that the proposer has made a material misstatement or misrepresentation or that materially inaccurate information has been provided to the County, the proposer may be terminated from the RFQ process or in the event a contract has been awarded, the contract may be immediately terminated.

The County reserves the right to terminate the consultant with a thirty (30) days’ prior written notice of termination in the event:

a) The Consultant does not perform service in a satisfactory manner b) The County no longer requires the report in which case a partial payment for

services rendered will be qualified and issued.

Protests: Proposers may protest the recommended award, provided the protest is in writing, clearly identifies the RFQ, is delivered to the address listed above for proposal submission, and submitted within five (5) calendar days of the date of the notification of intent to award.

Page 12: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

12

Grounds for a protest are that the County failed to follow the selection procedures and adhere to requirements specified in the RFQ or any addenda or amendments; there has been a violation of conflict of interest as provided by California Government Code Section 87100 et seq.; or violation of State or Federal law. Protests will not be accepted on any other grounds. In event of a protest, all protests will be handled by a panel designated by the Assistant County Administrative Officer. The County will consider only those specific issues addressed in the written protest. A written response will be directed to the protesting proposer within fourteen (14) calendar days of receipt of the protest, or such longer time as is needed by the panel, advising of the decision with regard to the protest and the basis for the decision.

Your proposal is due by 4:00PM on June 22, 2018. If selected, official engagement will not occur until the selection has been approved per County policies and procedures. PLEASE CALL THE PERSON DESIGNATED BELOW IF YOU HAVE ADDITIONAL QUESTIONS OR NEED MORE INFORMATION FOR YOUR PROPOSAL. Thank you for your interest. Terry Thompson, Director San Bernardino County Real Estate Services Department 385 N. Arrowhead Ave., 3rd Floor San Bernardino, CA 92415-0180 [email protected] (909) 387-5252 (909) 387-5353 (FAX)

Page 13: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

13

Exhibit A

Page 14: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

Runw

ay 8

R-26

L (7

,000

’ x 1

50’)

Runw

ay 8

R-26

L (7

,000

’ x 1

50’)

Runway 3-21 (4,919’ x

150’)

Runway 3-21 (4,919’ x

150’)

Runw

ay 8

L-26

R (4

,858

’ x 1

50’)

Runw

ay 8

L-26

R (4

,858

’ x 1

50’)

080

016

00

SCA

LE IN

FEE

T

NO

RTH

Airp

ort P

rope

rty

Line

Airfi

eld

Ope

ratio

nsAe

rona

utic

al R

even

ue S

uppo

rtN

on-A

eron

autic

al R

even

ue S

uppo

rt

LEG

END

Euclid Av. Euclid Av.

Mer

rill

Av.

Mer

rill

Av.

Kim

ball

Av.

Kim

ball

Av.

DRAFT

DRAFT

Exh

ibit

5BO

N-A

IRPO

RT

FU

TU

RE

LA

ND

USE

PL

AN

09MP09-5B-2/14/11

Exhi

bit A

- Av

iatio

n D

evel

opm

ent

Key

-

J0318
Rectangle
J0318
Rectangle
J0318
Callout
Site 1
J0318
Rectangle
J0318
Callout
SCE Substation - Walker & Kimball
J0318
Rectangle
J0318
Polygon
J0318
Callout
Site 2
J0318
Callout
Site 3
J0318
Rectangle
J0318
Callout
Site 4
J0318
Polygonal Line
J0318
Callout
Storm Drain Box Structure 5' x 8'
J0318
Polygon
J0318
Callout
Site 6
J0318
Rectangle
J0318
Line
J0318
Callout
Storm Drain Box Structure 2- 6' x 10'
J0318
Polygon
J0318
Polygon
J0318
Polygon
J0318
Polygon
J0318
Polygon
J0318
Rectangle
J0318
Callout
Site 10
J0318
Callout
Site 9
J0318
Callout
Site 8
J0318
Callout
Site 7
J0318
Callout
Site 11
J0318
Oval
Page 15: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

Infrastructure Legend

Merrill Avenue 1. 16”-24” Water Line – City of Chino2. Verizon – Copper and Fiber3. Southern California Gas – Capacity Unknown4. Storm Drain Conveyance – None Improved / Earthen Culvert-Bon View to Highway 835. SCE – Infrastructure Present – Distribution6. Sewer - None

Highway 83 1. 16”-24” Water Line – City of Chino2. Verizon – Copper and Fiber3. Southern California Gas – Capacity Unknown4. Storm Drain Conveyance – None Improved / Earthen Culvert – East Side of Highway Along Airport Frontage5. SCE – Infrastructure Present6. Sewer – Infrastructure Unknown

Abandoned Grove Avenue 1. Water – None2. Verizon – None3. Southern California Gas – Capacity Unknown4. Storm Drain Conveyance – 1700 Ft Concrete Box / 2 – 6’x10’5. SCE – Infrastructure Present – Distribution6. Sewer - None

Comet / Walker 1. 16”-24” Water Line – City of Chino2. Reclaimed Water – Capacity Unknown3. Verizon – Unknown4. Southern California Gas – Capacity Unknown5. Storm Drain Conveyance – None6. SCE – Substation – Walker & Kimball7. Sewer Known

Kimball Avenue 1. Water Line – City of Chino2. Reclaimed Water – Capacity Unknown3. Verizon – Copper and Fiber4. Southern California Gas – Capacity Unknown5. Storm Drain Conveyance – 60”6. SCE – Transmission and Distribution7. Sewer – 30”

Internal Airport 1. Water Line – Airport Owned 6”-8”2. Verizon – Copper and Fiber3. Southern California Gas – Capacity Unknown4. Storm Drain Conveyance – None / See Conveyance Box B5. SCE – Distribution6. Sewer – 6”, 8” & 12”

Page 16: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

Site Key

Site 1 – 39.5 Acres

1. No known past industrial activities 2. Utilized Primarily for agricultural Purposes. 3. Infrastructure – HWY 83 and Merrill Ave.

Site 2 – 23 Acres

1. Known past industrial activities – No Known contamination. 2. Utilized Primarily Aviation related activities. 3. Infrastructure – HWY 83, Merrill Ave and Internal Airport

Site 3 – 8.6 Acres

1. Known past industrial activities – Known contamination. 2. Utilized Primarily Aviation related activities. 3. Infrastructure – HWY 83, Merrill Ave and Internal Airport

Site 4 – 18 Acres

1. Known past industrial activities – No Known contamination. 2. Utilized Primarily Aviation related activities. 3. Infrastructure – HWY 83, Merrill Ave and Internal Airport

Site 5 – 10 Acres

1. Known past industrial activities – No Known contamination. 2. Utilized Primarily Aviation related activities. 3. Infrastructure – HWY 83, Merrill Ave and Internal Airport

Site 6 – 43.1 Acres

1. No Known past industrial activities – No Known contamination. 2. Utilized Primarily For Agricultural purposes. 3. Infrastructure – Merrill Ave, Grove Ave, Kimball Ave, Internal Airport

Site 7 – 22 Acres Site 8 – 32 Acres Site 9 – 42 Acres Site 10 – 54 Acres Site 11 – 30 Acres

1. No Known past industrial activities – No Known contamination. 2. Utilized Primarily For Agricultural purposes. 3. Infrastructure HWY 83, Grove Ave, Kimball Ave, Internal Airport

Page 17: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

Runw

ay 8

R-26

L (7

,000

’ x 1

50’)

Runw

ay 8

R-26

L (7

,000

’ x 1

50’)

Runway 3-21 (4,919’ x

150’)

Runway 3-21 (4,919’ x

150’)

Runw

ay 8

L-26

R (4

,858

’ x 1

50’)

Runw

ay 8

L-26

R (4

,858

’ x 1

50’)

080

016

00

SCA

LE IN

FEE

T

NO

RTH

Airp

ort P

rope

rty

Line

Airfi

eld

Ope

ratio

nsAe

rona

utic

al R

even

ue S

uppo

rtN

on-A

eron

autic

al R

even

ue S

uppo

rt

LEG

END

Euclid Av. Euclid Av.

Mer

rill

Av.

Mer

rill

Av.

Kim

ball

Av.

Kim

ball

Av.

DRAFT

DRAFT

Exh

ibit

5BO

N-A

IRPO

RT

FU

TU

RE

LA

ND

USE

PL

AN

09MP09-5B-2/14/11

Exhi

bit A

1 - A

viat

ion

Red

evel

opm

ent /

Dev

elop

men

t Key

-

J0318
Rectangle
J0318
Rectangle
J0318
Callout
Site 1
J0318
Rectangle
J0318
Callout
SCE Substation - Walker & Kimball
J0318
Rectangle
J0318
Polygon
J0318
Callout
Site 2
J0318
Callout
Site 3
J0318
Rectangle
J0318
Callout
Site 4
J0318
Polygonal Line
J0318
Callout
Storm Drain Box Structure 5' x 8'
J0318
Polygon
J0318
Callout
Site 6
J0318
Rectangle
J0318
Line
J0318
Callout
Storm Drain Box Structure 2- 6' x 10'
J0318
Polygon
J0318
Polygon
J0318
Polygon
J0318
Polygon
J0318
Polygon
J0318
Rectangle
J0318
Callout
Site 10
J0318
Callout
Site 9
J0318
Callout
Site 8
J0318
Callout
Site 7
J0318
Callout
Site 11
J0318
Oval
Page 18: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

Infrastructure Legend

Merrill Avenue 1. 16”-24” Water Line – City of Chino2. Verizon – Copper and Fiber3. Southern California Gas – Capacity Unknown4. Storm Drain Conveyance – None Improved / Earthen Culvert-Bon View to Highway 835. SCE – Infrastructure Present – Distribution6. Sewer - None

Highway 83 1. 16”-24” Water Line – City of Chino2. Verizon – Copper and Fiber3. Southern California Gas – Capacity Unknown4. Storm Drain Conveyance – None Improved / Earthen Culvert – East Side of Highway Along Airport Frontage5. SCE – Infrastructure Present6. Sewer – Infrastructure Unknown

Abandoned Grove Avenue 1. Water – None2. Verizon – None3. Southern California Gas – Capacity Unknown4. Storm Drain Conveyance – 1700 Ft Concrete Box / 2 – 6’x10’5. SCE – Infrastructure Present – Distribution6. Sewer - None

Comet / Walker 1. 16”-24” Water Line – City of Chino2. Reclaimed Water – Capacity Unknown3. Verizon – Unknown4. Southern California Gas – Capacity Unknown5. Storm Drain Conveyance – None6. SCE – Substation – Walker & Kimball7. Sewer Known

Kimball Avenue 1. Water Line – City of Chino2. Reclaimed Water – Capacity Unknown3. Verizon – Copper and Fiber4. Southern California Gas – Capacity Unknown5. Storm Drain Conveyance – 60”6. SCE – Transmission and Distribution7. Sewer – 30”

Internal Airport 1. Water Line – Airport Owned 6”-8”2. Verizon – Copper and Fiber3. Southern California Gas – Capacity Unknown4. Storm Drain Conveyance – None / See Conveyance Box B5. SCE – Distribution6. Sewer – 6”, 8” & 12”

Page 19: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

Site Key

Site 1 – 39.5 Acres

1. No known past industrial activities 2. Utilized Primarily for agricultural Purposes. 3. Infrastructure – HWY 83 and Merrill Ave.

Site 2 – 23 Acres

1. Known past industrial activities – No Known contamination. 2. Utilized Primarily Aviation related activities. 3. Infrastructure – HWY 83, Merrill Ave and Internal Airport

Site 3 – 8.6 Acres

1. Known past industrial activities – Known contamination. 2. Utilized Primarily Aviation related activities. 3. Infrastructure – HWY 83, Merrill Ave and Internal Airport

Site 4 – 18 Acres

1. Known past industrial activities – No Known contamination. 2. Utilized Primarily Aviation related activities. 3. Infrastructure – HWY 83, Merrill Ave and Internal Airport

Site 5 – 10 Acres

1. Known past industrial activities – No Known contamination. 2. Utilized Primarily Aviation related activities. 3. Infrastructure – HWY 83, Merrill Ave and Internal Airport

Site 6 – 43.1 Acres

1. No Known past industrial activities – No Known contamination. 2. Utilized Primarily For Agricultural purposes. 3. Infrastructure – Merrill Ave, Grove Ave, Kimball Ave, Internal Airport

Site 7 – 22 Acres Site 8 – 32 Acres Site 9 – 42 Acres Site 10 – 54 Acres Site 11 – 30 Acres

1. No Known past industrial activities – No Known contamination. 2. Utilized Primarily For Agricultural purposes. 3. Infrastructure HWY 83, Grove Ave, Kimball Ave, Internal Airport

Page 20: REQUEST FOR QUALIFICATIONS (RFQ) For Professional Services

14

Exhibit B

LIST OF FORMER COUNTY OFFICIALS

INSTRUCTIONS: List the full name of the former COUNTY Administrative Official, the title/description of the Official’s last position with the COUNTY, the date the Official terminated COUNTY employment, the Official’s current employment and/or representative capacity with the CONSULTANT, the date the Official entered CONSULTANT’S employment and/or representation. OFFICIAL’S NAME: REQUIRED INFORMATION