California Bids > Bid Detail

Campbell Tech Park - CEQA RFP

Agency: Campbell
Level of Government: State & Local
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD10226917021988432
Posted Date: Mar 7, 2024
Due Date: Apr 5, 2024
Source: https://www.campbellca.gov/bid...
Bid Title: Campbell Tech Park - CEQA RFP
Category: Request for Proposals (RFP)
Status: Open

Description:

The Proposed Project subject to CEQA review under this RFP is described, below:

  1. Developer: Bay West Development
  2. Project Address: 635,655,675, and 695 Campbell Technology Parkway
  3. Project Description: 291 residential unit housing development project, consisting of 28 detached small-lot single-family homes and 263 townhomes, on a 17-acre property currently developed with a research and development facility (Campbell Technology Park).

Note: This is a "Builder's Remedy" project submitted pursuant to an SB-330 pre-app that vested the project under the City's prior General Plan, which designated the subject property as Research and Development that would not have otherwise allowed residential use. As such, the CEQA analysis cannot rely on the EIR that was certified for the new City's recently adopted 2040 General Plan.

  1. Applicant Submitted Technical Documents (for consultant peer-review, if applicable):
    1. Phase I Environmental Site Assessment Report

Note: No RECs, controlled RECs (CRECs), historical RECs (HRECs), or OECs were identified.

  1. Hydrology Report
  2. Anticipated Technical Documents Required (for consultant preparation):
    1. Air Quality / Greenhouse Gas Report
    2. Acoustic Study
    3. Biological Resource Assessment
    4. Geotechnical Investigation Report
    5. Arborist Report
    6. Transportation Study, inclusive of a VMT analysis pursuant to the City's Vehicles-Mile-Travel (VMT) policy , review of consistency with transportation plans and General Plan policies, and traffic safety (e.g., sight distance, queuing, driveway spacing, pedestrian/vehicular conflicts, etc.)

Note: The City is separately procuring a traffic impact analysis (TIA) pursuant to the VTA Transportation Impact Analysis (TIA) Guidelines , as required under the City's Congestion Management Program (CMP) obligations. Since this analysis is focused on trip generation and level-of-service (LOS) impacts, it was separated from the CEQA review, but will be available for reference upon completion.

  1. Project Materials:
    1. Project Plans
    2. Project Description

Scope of Services

The following preliminary scope of work is presented as an initial outline to help the prospective consultants gauge the minimum level of work requested and to submit a realistic bid. If the consultant identifies opportunities to improve the required scope of work leading to improved outcome(s), the consultant is encouraged to submit proposals for alternative options.

  1. Primary Scope Tasks: Due to inconsistency with the prior General Plan, the Proposed Project cannot be found to be categorically exempt and will minimally require preparation of an Initial Study as follows:
  1. Prepare a Project Description based upon a review of submitted project materials and applicable regulatory requirements;
  2. Conduct a site visit of the project site and surroundings to observe and photo document environmental and land use conditions;

  1. Prepare the identified technical supporting documents;

Note: Should subconsultants be utilized, the consultant shall manage and review the subconsultant work product prior to City staff review.

  1. Peer review of technical studies and coordination with applicant's consultants;
  2. Prepare an Initial Study (IS) in compliance with the 2024 CEQA Statute and Guidelines, assuming two rounds of revisions per City comments prior to publication of a public version.
  3. Prepare a Mitigated Negative Declaration (MND), and Mitigation Monitoring and Reporting Program (MMRP), if the Initial Study identifies potentially significant impacts that can be mitigated;
  4. Conduct Zoom meetings with City staff, including an initiation meeting and as needed check-in meetings;
  5. Conduct an AB 52 Tribal consultation;
  6. Complete a Notice of Intent (NOI) and filing with the Office of Planning and Research (OPR) and the Santa Clara County Clerk-Recorder;
  7. Coordinate with any responsible and/or trustee agencies;
  8. Attend (in-person) up to five (5) public meetings;
  9. Prepare a Summary Memorandum summarizing the findings of the Initial Study;
  10. Prepare a Notice of Determination (NOD) and filing with the Office of Planning and Research (OPR) and the Santa Clara County Clerk-Recorder;
  11. Review public comments and prepare responses.

Note: Even though a formal response to comments on a draft IS/MND is not required, it is the City's practice to prepare one.

  1. Secondary Scope Tasks: Should the Initial Study determine that the Proposed Project would result in potentially significant environmental impacts that cannot mitigated, the following secondary scope shall apply, in addition to the primary scope tasks:
  1. Prepare a Notice of Preparation (NOP) and filing with the Office of Planning and Research (OPR) and the Santa Clara County Clerk-Recorder;
  2. Attend (in-person) one (1) public scoping meeting;
  3. Prepare a Draft Environmental Impact Report (DEIR) in compliance with the 2024 CEQA Statute and Guidelines, assuming two rounds of revisions per City comments prior to publication of a public version.
  4. Prepare a Notice of Availability (NOA) and filing with the Office of Planning and Research (OPR) and the Santa Clara County Clerk-Recorder;
  5. Prepare a Final Environmental Impact Report (FEIR) in compliance with the 2024 CEQA Statute and Guidelines, assuming two rounds of revisions per City comments prior to publication of a public version.
  6. Review public comments and prepare a formal Response to Comments for inclusion in the FEIR;
  7. Prepare a Mitigated Negative Declaration (MND), and Mitigation Monitoring and Reporting Program (MMRP), if the EIR identifies potentially significant impacts that can be mitigated or whose level of significant may be reasonably reduced;
  8. Prepare a Summary Memorandum summarizing the findings of the DEIR/FEIR;
  9. Prepare a draft Statement of Overriding Considerations (SOC) if identified potentially significant impacts cannot be mitigated;
  10. Prepare a Notice of Completion (NOC) and filing with the Office of Planning and Research (OPR) and the Santa Clara County Clerk-Recorder.
Publication Date/Time:
3/6/2024 12:00 AM
Closing Date/Time:
4/5/2024 5:00 AM
Contact Person:
Ken Ramirez, Administrative Analyst
Kenr@campbellca.gov
Qualifications:
Desired Qualifications
The ideal consultant team shall have demonstrated experience in preparing CEQA documents, including supporting technical reports, for jurisdictions within the San Francisco Bay Area. Particular relevancy will be given to consultant teams that identify past experience that has been subject to and withstood legal challenge.
Special Requirements:
Proposal Requirements
Proposals must be submitted electronically to Ken Ramirez, Administrative Analyst, at KenR@campbellca.gov before close of business of the stated deadline. For ease of handling, all responses are to be provided in a standard 8 ½" x 11" layout in PDF format. The proposal should be organized in clearly labeled sections, and should include the following information:
1. Cover Letter. The cover letter is to include the following:
a. A statement of the proposer’s ability and desire to meet the requirements of the RFP.
b. Identification of the project manager and the individual authorized to bind the firm contractually (if different than the project manager) including their direct telephone number and email address.
c. The cover letter must be signed by the individual who is authorized to bind the firm contractually and include a statement affirming that the proposal is a firm offer good for a 90-calendar day period from the date of the letter.
2. Preliminary Scope of Work. Provide two scopes of work based on the above-described scope of services; one for the "Primary Scope Tasks" and separately for an optional "Secondary Scope Tasks."
3. Preliminary Project Schedule. Provide two anticipated schedules identifying estimated timing for completion of major milestones; one for the "Primary Scope Tasks" and separately for an optional "Secondary Scope Tasks."
4. Fee Estimate. Submit two fee estimates for each task outlined in the preliminary Scope of Work and an overall not-to-exceed budget; one for the "Primary Scope Tasks" and separately for an optional "Secondary Scope Tasks." Provide a breakdown of the fee for each task showing the estimated hours of each project staff member assigned to the task and the associated fee for that project staff member or subconsultant. Also provide hourly rate schedules for all key project staff, including subconsultants. Please also account for print production of fifteen (15) bound printed paper copies of the final IS/MND/MMRP and EIR/FEIR/MMRP/SOC documents.
5. Statement of Qualifications; Relevant Experience. Provide a detailed discussion of the qualifications and experience of the Project Manager that would be assigned to this project, as well as the capability to perform the services sought by this RFP. Provide additional information regarding the qualifications and experience of all others that will be assigned to work on the project team, including a description of relevant experience with projects that are similar in nature, size, and scope to that which is the subject of this RFP. Indicate how your firm’s resources will work together to complete this project. An organizational chart is recommended. Include the following information:
a. Project name and location.
b. Brief description of project scope and cost.
c. Month and year services began and ended.
d. Team members and subconsultants responsibility.
e. Resumes (Please submit resumes of only those individuals that will be assigned to the project).
f. Client name, address, contact person, and telephone.
6. Subconsultants. Identify any subconsultants your firm will utilize to complete this project. Briefly describe your firm’s past experience, working relationship and involvement in joint projects with these subconsultants. Provide additional information regarding the qualifications and experience of all others that will be assigned to work on the project team. Please submit resumes of only those individuals that will actually be assigned to work on the project.
7. Project Team Consistency. Explain how you can guarantee that the project team members will be accessible and able to complete the project without change.
8. Insurance Coverage. Identify carriers, A.M. Best ratings, types and limits of insurance carried by your firm. Provide a statement verifying that your firm meets or will meet the insurance requirements.
9. References. Provide at least three references, preferably for projects that are similar in type, scope, size and/or value to the work sought by this RFP. If applicable, Applicant should provide references for projects with other municipalities that are similar to Campbell. For each reference, include the name, address and telephone number of a contact person.
10. Conflict of Interest Statement. The firm shall disclose any financial, business, or other relationship with the City that may have an impact on the outcome of this contract. Particular attention should be paid to compliance with Government Code section 1090. See "Conflicts of Interest" in this RFP, below, for reference.
11. Additional Information. Please provide a list of contracts/agreements terminated for convenience or default within the past three years, if any. List any litigation that now affects or may affect in the future the firm’s ability to perform.
Miscellaneous:
Prospective consultants are solely responsible for ensuring proposals are received by the City on or before the submittal deadline. Proposals, including fee schedule, must be received via email in PDF format no later than April 5, 2024, at 5:00 PM to Ken Ramirez, Administrative Analyst, at KenR@campbellca.gov.
Failure to comply with the requirements set forth in this RFP may result in disqualification. Proposals and/or modifications received after the hour and date specified above will not be accepted. Submitted proposals may be withdrawn at any time prior to the submission time specified in this RFP, provided notification is received in writing before the submittal deadline. No handwritten notations or corrections will be allowed. The responding consultant is solely responsible for all costs related to the preparation of the proposal.
The City reserves the right to reject all proposals and to waive any minor informalities or irregularities contained in any proposal. Acceptance of any proposal submitted pursuant to this RFP shall not constitute any implied intent to enter into a contract.
The executed contract, if any, will be made with the consultant who, at the City’s sole discretion, is best able to perform the required services in a manner most beneficial to the City. Please submit all inquiries to the Community Development Department’s Administrative Analyst, Ken Ramirez, at KenR@campbellca.gov by the Request for Clarifications due date listed below.
Schedule
Below is a desired schedule for initiation of this project; however, dates may be subject to change and adjusted as necessary.
RFP Issued March 6, 2024
Request for Clarification March 20, 2024
Proposal Submittal Deadline April 5, 2024
Proposal Evaluations Completed April 19, 2024
Consultant Selection April 26, 2024
Contract Execution May 3, 2024
Related Documents:

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >