Colorado Bids > Bid Detail

San Miguel County Land Use Code Updates

Agency: San Miguel County
Level of Government: State & Local
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD17161018176747119
Posted Date: Mar 29, 2023
Due Date: May 5, 2023
Source: https://www.sanmiguelcountyco....
Bid Title: San Miguel County Land Use Code Updates
Category: Professional Services
Status: Open

Description:
REQUEST FOR QUALIFICATIONS (RFQ) SAN MIGUEL COUNTYLand Use Code Updates

INTRODUCTION

San Miguel County, Colorado (“County”) is seeking proposals from professional organizations or individuals capable of providing professional services for Land Use Code updates.

Interested professional organizations or individuals are requested to submit statements of experience and qualifications to the County. Project award is contingent upon approval by the San Miguel County Manager and San Miguel County Planning Director.

Firms or individuals will be ranked on experience, cost and qualifications, including but not limited to: previous, similar projects, key personnel qualifications, availability. Project is anticipated to begin between June 26 and August 14, 2023, at the availability of Planning staff and the consultant chosen.

  1. SCOPE OF WORK

The scope of work includes the following:

  • Updating the San Miguel County Land Use Code (LUC) to reflect current best planning practices and consistency with applicable state and federal regulations in the following areas:
    • Natural Resources, with a specific focus on:
      • Oil & Gas (LUC Section 5-29)
      • Mining (LUC Section 5-16)
      • Logging (LUC Section 5-17)
      • Other natural resource areas as assigned
      • Corresponding amendments for conformance throughout the Land Use Code
    • Other land use areas as assigned

The Land Use Code is available online at https://www.sanmiguelcountyco.gov/243/Land-Use-Code .

SCHEDULE

  • RFQ Issued: March 29, 2023
  • Questions Submitted: 5 p.m., Friday, April 21, 2023
  • Response to questions posted: Friday, April 28, 2023
  • Submission Deadline: 5 p.m., Friday, May 5, 2023
  • Review RFQ responses and select finalists: Wednesday, May 10, 2023
  • Interviews (may be conducted via Zoom): May 15-19, 2023 or as finalists and County personnel are available
  • Selection of Contractor: June 16, 2023
  • Commencement of Work: Between June 26 and August 14, 2023, or as agreed upon

INQUIRIES

Any questions relative to the scope of services must be submitted in writing by e-mail to Kaye Simonson, SMC Planning Director , at kayes@sanmiguelcountyco.gov For security reasons, you must enable JavaScript to view this E-mail address. . Questions must be received by no later than 5 p.m. on Friday, April 21, 2023. Late questions will not be addressed. Written answers will be provided via email and posted at https://www.sanmiguelcountyco.gov/bids.aspx by Wednesday, May 3, 2023.

SUBMITTAL

Submission Deadline is Friday, May 5, 2023

Submissions shall be transmitted electronically. Submissions may be emailed to kayes@sanmiguelcountyco.gov For security reasons, you must enable JavaScript to view this E-mail address. . Thumb drives may be mailed to San Miguel County Planning Department, PO Box 548, Telluride, CO 81435, or delivered to 333 West Colorado Avenue, 3 rd floor, Telluride, CO.

A copy of the RFQ may be obtained on the County’s website at https://www.sanmiguelcountyco.gov/bids.aspx .

Submittal shall have the subject line: REQUEST FOR QUALIFICATIONS: LAND USE CODE UPDATES, and shall be received by May 5, 2023 at 5 p.m. to the Planning Director.

Any submittals received after this date and time will be deemed unresponsive. The County reserves the right to accept or reject any and all proposals, to re-solicit proposals, to waive any irregularities, to negotiate pricing and to select the proposal deemed to be in the best interests of the County. Issuance of this RFQ does not obligate the County to award a contract nor is the County liable for any costs incurred by the proponent in the preparation and submission of the proposal.

PROPOSAL CONTENTS

A duly authorized official must sign statements of qualifications. Consortia, joint ventures, or teams submitting proposals, although permitted and encouraged, will not be considered responsive unless it is established that all contractual responsibility rests solely with one contractor or legal entity that is not a subsidiary or affiliate with limited resources. Each submittal should indicate the entity responsible for execution on behalf of the team. Firms or teams will be evaluated, among other things, as to relevant experience in natural resources regulations and experience with land use code development or updates; demonstrated ability to begin and complete the work; and feedback from references.

Proposals must include the following information:

  1. Firm identification: Name and Address of firm(s) and identification of lead consultant.
  2. Firm Composition: Identify all key firm and staff members for this project, indicating their respective roles and responsibilities and related experience and qualifications. Include resumes and references. Also describe equipment, programs and resources that will be available to the team.
  3. Firm Qualifications: Provide descriptive materials of the Consultant's recent similar work. These materials should demonstrate significant expertise and experience in natural resource regulations
  4. Description of Project Approach and Organization: Provide a concise statement describing the proposer's approach and ability to satisfy the requirements of the RFQ. The statement should also identify how the Consultant will keep the process moving forward and on track. For each distinct task included in the approach identified, the proposal should include the name of the lead staff person.
  5. Work Load: Provide a statement indicating when the firm is able to start this project and the expected timeline to provide deliverables. Identify all personnel and resources that will be available for the project. List other major projects the Consultant will be involved in during the same time, if known.
  6. Fee Structure/Budget: In selecting the Consultant, consideration will be given to the cost to complete the Land Use Code update. Describe the proposed fee basis for services and related activities, with a “not to exceed” (maximum) price for services rendered. (The 2023 San Miguel County budget includes $50,000 for the preparation of Land Use Code updates.)
    The Consultant shall provide a Fee Schedule table showing fully burdened labor rates for all labor categories of employees envisioned to provide services that align with the work, including transportation costs, if applicable. Billing will be on a monthly basis for any services provided.
  7. References: Provide names, addresses and telephone numbers of at least three (3) client references to whom the applicant has provided services similar to the project described in the RFQ. Provide links to at least three (3) examples of codes the applicant has created for similar communities.

EVALUATION CRITERIA
The selected proposal will be the one considered the most advantageous regarding price, quality of service, qualifications and capabilities of respondent to provide the specified service, ability to meet timelines indicated in the draft scope of work, respondent’s familiarity with the subject matter, and any other factors the County may consider as determined by San Miguel County in its sole discretion.

DELIVERABLES

The Deliverable(s) will include draft Land Use Code amendments. The Land Use Code amendments shall be drafted in a form consist with the organizational format and style of the San Miguel County Land Use Code (LUC Section 5-1802 A).

PROCESS

Land Use Code amendments occur through review and recommendation from the County Planning Commission (CPC) and, following a public hearing, adoption of a Resolution by the Board of County Commissioners (BOCC). In the course of developing the LUC amendments, work sessions may be scheduled with the CPC and BOCC to gather input. Upon presentation of the draft LUC Amendments, the amendments will be scheduled for consideration and adoption.

In addition to the CPC and BOCC hearings, it is expected that there will be at least one community outreach meeting. It is expected that the Consultant will optimize in-person visits and utilize online platforms and tools for efficiency where appropriate and productive.

REJECTION OF SUBMISSIONS
The County reserves the right to reject any or all submissions, to waive informalities and irregularities in the submissions received, and accept any portion of any submission if deemed in the best interest of the County.

OWNERSHIP OF RESPONSE MATERIAL
All materials submitted regarding this RFQ become the property of the County and will only be returned at the option of the County. Information submitted is subject to the Colorado Open Records Act.

INCURRING COST
The County is not liable for any cost incurred by entities prior to executing a contract or purchase order.

PROFESSIONALISM AND COMPLIANCE WITH LAWS

The selected vendor must perform the work in a professional manner in accordance with all applicable professional ethics codes and County, State, and Federal laws and regulations.

INSURANCE

It is desirable that respondents carry insurance in the approximate amounts set forth below. Respondents who carry lower limits should state so in the proposal.

  1. Commercial General Liability Insurance: Comprehensive general liability insurance insuring against any liability for personal injury, bodily injury or death arising out of the performance of the Services with at least One Million Dollars and Ninety Five Thousand Dollars ($1,195,000) each occurrence.
  2. Comprehensive Automobile Liability Insurance: Comprehensive automobile liability insurance insuring against any liability for personal injury, bodily injury or death arising out of the use of motor vehicles and covering operations on or off the site of all motor vehicles controlled by Contractor that are used in connection with performance of the Services, whether the motor vehicles are owned, non-owned or hired, with a combined single limit of at least One Million One Hundred and Ninety Five Thousand Dollars ($1,195,000).
  3. Professional Liability Insurance: Errors and omissions professional liability insurance insuring Contractor against any professional liability with a limit of at least One Million One Hundred and Ninety Five Thousand Dollars ($1,195,000) per claim and annual aggregate.
  4. Other Insurance: Worker’s compensation insurance (unless Contractor provides a completed Declaration of Independent Contractor Status Form) and other insurance required by applicable law.
ACKNOWLEDGMENT

The undersigned, having carefully read and considered the Request for Qualifications for the Land Use Code Updates for San Miguel County, does hereby offer to perform such services on behalf of the County of San Miguel, in the manner described and subject to the terms and conditions set forth in the attached Request for Qualifications.

The undersigned further states that this bid is made in good faith and is not founded on, or in consequence of, any collusion, anticompetitive agreement or other type of anticompetitive activities between themselves and any other interested party, in restraint of free competition.

Proposer Business Name

Authorized Representative Signature

Authorized Representative Name & Title (print)

Address

Date Phone Fax

Email


RETURN AS FINAL PAGE OF PROPOSAL
Publication Date/Time:
3/29/2023 8:00 AM
Closing Date/Time:
5/5/2023 5:00 PM
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 >