STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: October 13, 2020
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a five-year professional services contract for auditing and non-auditing services for the City Auditor's Office - Baker Tilly US, LLP in the estimated amount of $875,000 and Weaver and Tidwell, L.L.P. in the estimated amount of $875,000, most advantageous proposers of fifteen - Total estimated amount of $1,750,000 - Financing: General Fund
Body
BACKGROUND
This action does not encumber funds; the purpose of a professional services contract is to establish firm pricing for services for a specific term, which are ordered on an as needed basis according to annual budgetary appropriations. The estimated amount is intended as guidance rather than a cap on spending under the agreement, so that actual need combined with the amount budgeted will determine the amount spent under this agreement.
This professional services contract will assist the City Auditor’s Office in completing the Annual Audit Work Plan. This is to be accomplished by co-sourcing the performance of auditing or non-audit services engagements from initial planning through a final report or aiding the City Auditor’s Office staff with various tasks related to audit or non-audit services assignments. Also, contractors may be requested to serve in an advisory role to assist the City Auditor’s Office in conducting audits whereby special expertise is needed for a given audit subject.
A four-member committee from the following departments reviewed and evaluated the proposals:
• City Auditor’s Office (2)
• Employee Retirement Fund (1)
• Office of Economic Development Business Workforce and Inclusion Division (1)*
*The Office of Economic Development Business Workforce and Inclusion Division only evaluated the Business Inclusion and Development Policy.
The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:
• Capability and expertise 60 points
• Approach and methodology 25 points
• Business Inclusion and Development Policy 15 points
As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used it 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. Additionally, in an effort to secure more competition, the Office of Economic Development Business Workforce and Inclusion Division sent notifications to chambers of commerce and advocacy groups to ensure maximum vendor outreach.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
This item has no prior action.
FISCAL INFORMATION
Fund |
FY 2021 |
FY 2022 |
Future Years |
General Fund |
$350,000.00 |
$350,000.00 |
$1,050,000.00 |
M/WBE INFORMATION
In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:
Contract Amount |
Category |
M/WBE Goal |
M/WBE % |
M/WBE $ |
$1,750,000.00 |
Professional Services |
36.30% |
37.25% |
$651,875.00 |
• This contract exceeds the M/WBE goal. |
• Baker Tilly US, LLP - Local; Workforce - 9.74% Local |
• Weaver and Tidwell, L.L.P. - Local; Workforce - 40.58% Local |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
Request for |
• Utilized for professional, personal, revenue, and planning services |
Qualifications |
• Recommended offeror is the responsible offeror whose proposal most closely meets established criteria for the services advertised, based on demonstrated competence and qualifications at a fair and reasonable price |
|
• Always involves the evaluation by committee |
|
• Allows for negotiation on contract terms, including price |
The Office of Procurement Services received the following proposals from solicitation number BWZ20-00012942. We opened them on June 18, 2020. We recommend the City Council award this professional services contract in its entirety to the most advantageous proposers.
*Denotes successful proposers
Proposers Address Score
*Baker Tilly US, LLP 4849 Greenville Ave. 96.33
Suite 1250
Dallas, TX 75206
*Weaver and Tidwell, L.L.P. 2300 North Field St. 95.33
Suite 1000
Dallas, TX 75201
McConnell & Jones, LLP 4828 Loop Central Dr. 94.67
Suite 1000
Houston, TX 77081
CliftonLarsonAllen, LLP 5001 Spring Valley Rd. 91.00
Suite 600W
Dallas, TX 75244
Crowe, LLP 750 North Saint Paul St. 89.33
Suite 850
Dallas, TX 75201
BDO USA 4116 Edith Ct. 84.33
Dallas, TX 75220
MGT of America Consulting, 4320 West Kennedy Blvd. 81.67
LLC Tampa, FL 33609
BKD, LLP 14241 Dallas Pkwy. 79.00
Suite 1100
Dallas, TX 75254
Eide Bailly 400 Pine St. 75.67
Suite 600
Abilene, TX 79601
CBIZ Risk & Advisory 4851 Lyndon B Johnson Fwy. 64.00
Services, LLC Suite 800
Dallas, TX 75244
Whitley Penn 8343 Douglas Ave. 60.67
Suite 400
Dallas, TX 75225
Protiviti, Inc. 13727 Noel Rd. 58.67
Suite 800
Dallas, TX 75240
The Bonadio Group 171 Sully’s Trl. 56.33
Pittsford, NY 14534
65th North Group 3100 West Ray Rd. 37.33
Suite #201
Chandler, AZ 85226
Bracane Company 1201 West 15th St. 34.67
Suite 330
Plano, TX 75075
OWNERS
Baker Tilly US, LLP
Alan Whitman, Chief Executive Officer
Charles Droege, Chief Operating Officer
Weaver and Tidwell, L.L.P.
John Mackel, Chief Executive Officer
David Rook, Chief Operating Officer