SUBJECT:
title
Approval of a resolution authorizing the President & CEO, or her designee, to finalize and execute contracts with Aegis Group, Inc., Allen, Willford and Seale, CBRE, Inc., JJL Valuation and Advisory Services, National Valuation Group, Inc., and Paul Hornsby & Co., for Real Property Appraisal services on a task order basis for a base period of two (2) years with three (3) option periods of 12 months each in an aggregate amount not to exceed $750,000.
end
FISCAL IMPACT:
Funding for this action is contingent on approval of the operating budget in each fiscal year.
STRATEGIC PLAN:
Strategic Goal Alignment:
☒ 1. Customer ☒ 2. Community
☐ 3. Workforce ☐ 4. Organizational Effectiveness
Strategic Objectives:
☐ 1.1 Safe & Reliable Service ☒1.2 High Quality Customer Experience ☐ 1.3 Accessible System
☒ 2.1 Support Sustainable Regional Growth ☐ 2.2 Become a Carbon Neutral Agency
☒ 2.3 Responsive to Community and Customer Needs ☒ 2.4 Regional Leader in Transit Planning
☐ 3.1 Diversity of Staff ☐ 3.2 Employer of Choice ☐ 3.3 Expand Highly Skilled Workforce
☐ 4.1 Fiscally Responsible and Transparent ☐ 4.2 Culture of Safety ☐ 4.3 State of Good Repair
EXPLANATION OF STRATEGIC ALIGNMENT: Real Property Appraisal services are required to provide consultant appraisal services to CapMetro to purchase real property in fee simple, easements, and rights-of-way within the next five (5) years for the purpose of constructing transit facilities, creating Transit-Oriented Developments, putting into service Rapid Bus operations, and expanding Commuter Rail all within the context of the Five-Year Service Plan. It is reasonable to expect recurring needs for Real Property Appraisal services and task order contracts offer the most efficient and cost-effective option to respond to such needs.
BUSINESS CASE: Task order contracts allow CapMetro to have a qualified group of consultants to perform a specific type of recurring work in a timely manner to meet the project and operational needs of the Agency. The funds for these services are included in the approved FY 2025 operating budget and will be requested in subsequent fiscal year operating budgets.
COMMITTEE RECOMMENDATION: This item was presented and recommended for approval at the Operations, Planning and Safety Committee meeting on November 13, 2024.
EXECUTIVE SUMMARY: : CapMetro requires Real Property Appraisal services to provide consultant appraisal services to perform land valuation services for purchase, sale or lease of real property, easements, rights of way and railroad corridors. Staff reasonably expect that the need for such services will continue, and that responding to such needs by the use of in-place task order contracts offers the best value. Through these appraisal services contracts, CapMetro will secure the services of professional and credentialed appraisers and other related appraisal professionals to complete budgeted operating and capital projects during the contract term.
DBE/SBE PARTICIPATION: A 0% DBE goal was placed on this solicitation. This project was specific to an appraisal service, which did not provide for subcontract opportunities.
PROCUREMENT: On June 28, 2024 a request for Statements of Qualifications was issued and formally advertised. By the closing date of July 29, 2024, nine (9) submittals were received. The evaluation team used the following factors in the evaluation of submittals:
(1) Qualifications, experience, and demonstrated past performance of the applicant’s firm on projects of a similar size, scope, complexity, and nature.
(2) Qualifications and experience of key professional staff, appraisers, review appraisers, and any subcontractors, to include if degreed, licensed and number of years of experience. The capabilities of the proposed project personnel, and any subcontractors, on projects of a similar size, scope, complexity and nature. Experience to include Project personnel’s relevant industry, government agency experience and Federal and State experience, is preferred. Designated project personnel, who are licensed to practice in the State of Texas, must have a license in good standing.
(3) Quality and completeness of the firm’s response to the SOQ. Consideration will be given to such matters as contractor integrity, compliance with public policy, record of past performance, including references from previous clients, and financial and technical resources. Services past performance may include coordination efforts with other municipalities or government agencies.
The submittals from Aegis Group, Inc.; Allen, Willford & Seale, Inc.; National Valuation Group, Inc.; Paul Hornsby & Company; CBRE; and JLL Valuation & Advisory Services were rated highest, all factors considered. CapMetro negotiated and finalized pricing based on cost and market evaluation of the hourly rates, overhead, and profit for similar services. The contracts are indefinite-quantity- delivery task order contracts. The term is a base period of two (2) years from the Notice of Award, with three (3) option periods of 12 months each, not to exceed price of $750,000 for all six (6) contracts.
RESPONSIBLE DEPARTMENT: Real Estate
RESOLUTION
OF THE
CAPITAL METROPOLITAN TRANSPORTATION AUTHORITY
BOARD OF DIRECTORS
STATE OF TEXAS
COUNTY OF TRAVIS
AI-2024-1324
WHEREAS, the Capital Metropolitan Board of Directors and Capital Metro management endeavor to pursue the improvement of transportation and operational infrastructure; and
WHEREAS, the Capital Metropolitan Board of Directors and Capital Metro management recognize the need for multiple award Real Property Appraisal services task order contracts to allow agency staff to respond to organizational needs.
NOW, THEREFORE, BE IT RESOLVED by the Capital Metropolitan Transportation Authority Board of Directors approves a resolution authorizing the President & CEO, or her designee, to finalize and execute contracts with Aegis Group, Inc. , Allen, Willford and Seale, CBRE, Inc., JJL Valuation and Advisory Services, National Valuation Group, Inc., and Paul Hornsby & Co., for Real Property Appraisal services on a task order basis for a base period of two (2) years with three (3) option periods of 12 months each in an aggregate amount not to exceed $750,000.
____________________ Date: ____________________
Secretary of the Board
Becki Ross