STRATEGIC PRIORITY: Core
AGENDA DATE: September 10, 2025
COUNCIL DISTRICT(S): N/A
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a five-year professional services contract for the audits of the City's financial operations and grant activities for fiscal years ending September 30, 2025 through September 30, 2029 and certain component units for years ending December 31, 2025 through December 31, 2029 - Weaver and Tidwell, LLP dba Weaver, most advantageous proposer of seven - Not to exceed $4,036,750.00 - Financing: General Fund ($3,541,750.00), Sanitation Operation Fund ($7,500.00), Capital Projects Funds ($12,500.00), Dallas Water Utilities Fund ($12,500.00), Aviation Fund ($55,000.00) Dallas Convention Center Hotel Development Corporation ($110,000.00), Downtown Connection TIF ($55,000.00), and Dallas Employee Retirement Fund ($242,500.00) (subject to annual appropriations)
Body
BACKGROUND
This professional services contract will provide auditing services for the City's financial operations and grant activities for fiscal years ending September 30, 2025 through September 30, 2029 and certain component units for years ending December 31, 2025 through December 31, 2029. The certain component units include the Dallas Convention Center Hotel Development Corporation and the Dallas Employee Retirement Fund. The City Charter (Chapter III, Section 19) requires an annual independent audit of the City's books of account, records, and transactions by one or more certified public accountants. The Single Audit Act of 1996, as amended, also requires an audit of grantees who have received federal grants exceeding certain thresholds, and the Texas Grant Management Standards requires an audit of grantees who received state grants exceeding certain thresholds. The City Charter requires the City Council to select the external auditor, which it does through its standing finance committee, the Government Performance and Financial Management Committee (GPFM).
GPFM committee members evaluated the proposals on experience and approach. The Office of Procurement Services evaluated cost and timeframe and, local reference, and the Business Inclusion and Development Plan. The full list of factors is below.
- Cost 30 points
- Experience 25 points
- Approach 25 points
- Business Inclusion and Development Plan 15 points
- Local Preference 5 points
The City also requested pricing for the audit of various component units as part of this solicitation. The cost of the services for those component units, as well as the cost to each of the City’s enterprise and other funds, are broken down below, and will be paid for by the component units.
As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used its procurement system to send out email notifications to vendors registered under relevant commodity codes. To further increase competition, the Office of Procurement Services uses historical solicitation information, the Internet, and vendor contact information obtained from user departments to contact additional vendors.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On September 23, 2020, the City Council authorized a five-year professional services contract with Weaver and Tidwell, L.L.P. for the audit of the City's financial operations and grant activities for fiscal year ending September 30, 2020 through September 30, 2024, by Resolution No. 20-1444.
The Government Performance and Financial Management Committee was briefed by memorandum on the Request for Competitive Sealed Proposal (RFCSP) for the external audit services for FY 2025 - 2029, on April 18, 2025.
The Government Performance and Financial Management Committee was briefed by memorandum regarding this matter on May 273, 2025.
The Government Performance and Financial Management Committee was briefed by memorandum regarding this matter on June 10, 2025.
FISCAL INFORMATION
Fund |
FY 202625 |
FY 202726 |
Future Years |
General Fund |
$681,000.00 |
$694,500.00 |
$2,166,250.00 |
Sanitation Operation Fund |
$ 1,500.00 |
$ 1,500.00 |
$ 4,500.00 |
Capital Projects Funds |
$ 2,500.00 |
$ 2,500.00 |
$ 7,500.00 |
Dallas Water Utilities Fund |
$ 2,500.00 |
$ 2,500.00 |
$ 7,500.00 |
Aviation Fund |
$ 11,000.00 |
$ 11,000.00 |
$ 33,000.00 |
Dallas Convention Center Hotel Development Corporation |
$ 22,000.00 |
$ 22,000.00 |
$ 66,000.00 |
Downtown Connection TIF |
$ 11,000.00 |
$ 11,000.00 |
$ 33,000.00 |
Dallas Employee Retirement Fund |
$ 47,500.00 |
$ 48,000.00 |
$ 147,000.00 |
Total |
$779,000.00 |
$793,000.00 |
$2,464,750.00 |
LOCAL PARTICIPATION
Prime |
Status |
Workforce % |
Weaver and Tidwell, LLP dba Weaver |
Local |
28.83% |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
Request for Competitive |
- Utilized for high technology procurements, insurance procurements, and other goods and services
|
Sealed Proposal |
- Recommended offeror whose proposal is most advantageous to the City, considering the relative importance of price, and other evaluation factors stated in the specifications
|
|
- Always involves a team evaluation
|
|
- Allows for negotiation on contract terms, including price
|
The Office of Procurement Services received the following proposals from solicitation number BDZ25-00027253. We opened them on May 16, 2025. This professional services contract is being awarded in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Weaver and 2300 North Field Street 93.00
Tidwell, LLP dba Weaver Suite 1000
Dallas, TX 75201
RSM US LLP 13155 Noel Road 87.29
Suite 2200
Dallas, TX 75240
Forvis Mazars, LLP 14221 Dallas Parkway 85.35
Suite 400
Dallas, TX 75254
Crowe, LLP 750 North St. Paul Street 78.88
Suite 85
Dallas, TX 75201
CLA (CliftonLarsonAllen LLP) 14200 Midway Road 78.76
Suite 110
Dallas, TX 75244
Eide Bailly 877 West Main Street 63.34
Suite 800
Boise, ID 83702
Izy Freights Logistics LLC 4869 Madyson Ridge Drive Non-responsive
Fort Worth, TX 76133
OWNER/EXECUTIVES
Weaver and Tidwell, LLP dba Weaver
John Mackel, Chief Executive Officer
David Rook, Chief Operation Officer