Skip to main content
Dallas Logo
File #: 26-765A    Version: 1 Name:
Type: CONSENT AGENDA Status: Agenda Ready
File created: 1/28/2026 In control: Office of Procurement Services
On agenda: 3/25/2026 Final action:
Title: Authorize a three-year service price agreement in the estimated amount of $1,215,000.00, with two one-year renewal options in the estimated amount of $800,000.00, as detailed in the Fiscal Information section, for audit and non-audit services for the Office of the City Auditor - RSM US LLP in the estimated amount of $1,015,000.00, and Crowe LLP in the estimated amount of $1,000,000.00, most advantageous proposers of thirteen - Total estimated amount of $2,015,000.00 - Financing: General Fund (subject to annual appropriations)
Indexes: Citywide
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting Details
No records to display.

PILLAR:                     Core

AGENDA DATE:                     March 25, 2026

COUNCIL DISTRICT(S):                     Citywide

DEPARTMENT:                     Office of Procurement Services

PRIORITY:                     Government Efficiency

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement in the estimated amount of $1,215,000.00, with two one-year renewal options in the estimated amount of $800,000.00, as detailed in the Fiscal Information section, for audit and non-audit services for the Office of the City Auditor - RSM US LLP in the estimated amount of $1,015,000.00, and Crowe LLP in the estimated amount of $1,000,000.00, most advantageous proposers of thirteen - Total estimated amount of $2,015,000.00 - Financing:  General Fund (subject to annual appropriations)

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a service price agreement 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 service price agreement will provide for audit and non-audit services for the Office of the City Auditor (AUD).  These professional service contracts will assist AUD in completing the Annual Audit Work Plan.  This will be accomplished by co-sourcing the performance of auditing or non-audit services engagements from initial planning through a final report or aiding AUD staff with various tasks related to audit or non-audit service assignments.  Additional services may be requested in an advisory role to assist AUD in conducting audits whereby special expertise is needed for a given audit.

 

A six-member committee from the following departments reviewed and evaluated the qualifications:

 

                     Office of the City Auditor                                                                (4)

                     Office of Procurement Services                                          (2)*

 

 

*The Office of Procurement Services evaluated cost, local preference, and the Business Inclusion and Development Plan, if applicable. 

 

The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Cost and timeframe                                                                                                         30 points

                     Project approach and process                                                               25 points

                     Firm experience                                                                                                         20 points

                     Business Inclusion and Development Plan                     15 points

                     Team qualifications                                                                                                         10 points

 

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. 

 

On November 10, 2015, the City Council authorized a living wage policy that requires contractors to pay their employees a “living wage” rate as established annually by the Massachusetts Institute of Technology Living Wage Calculator for Dallas County by Resolution No. 15-2141.  The calculated living wage during the solicitation process of this contract is $22.05; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On October 13, 2020, the City Council authorized a five-year professional services contract for auditing and non-auditing services for the City Auditor’s Office with Baker Tilly US, LLP and Weaver and Tidwell, L.L.P., by Resolution No. 20-1550.

 

FISCAL INFORMATION

 

Fund

FY 2026

FY 2027

Future Years

General Fund

$343,595.00

$269,409.00

$1,401,996.00

 

Initial Term:                                                                 $1,215,000.00

Renewal Option Year 1:                     $   400,000.00

Renewal Option Year 2:                     $   400,000.00

 

Total                                                                                           $2,015,000.00

 

LOCAL PARTICIPATION

 

Prime

Status

Workforce %

RSM US LLP

Local

16.93%

Crowe LLP

Non-local

0.00%

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Request for

Utilized for professional, personal, revenue, and planning services

Proposal

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 BEZ25-00027432.  We opened them on June 6, 2025.  We recommend the City Council award this service price agreement in its entirety to the most advantageous proposers.

 

*Denotes successful proposers

 

Proposers                                                                                    Address                                                                                    Score

 

*RSM US LLP                      13155 Noel Road                                           77.90

                     Suite 2200

                     Dallas, TX  75240

 

*Crowe LLP                     901 South MoPac Expressway                     76.22

                     Bldg.2

                     Suite 450

                     Austin, TX  78746

 

Plante & Moran, PLLC                     3000 Town Center                                           76.00

                     Suite 1000

                     Southfield, MI  48075

 

Weaver and Tidwell, L.L.P.                      2300 North Field Street                                          75.81

                     Suite 1000

                     Dallas, TX  75201 

 

Cherry Bekaert Advisory LLC                     221 West Sixth Street                                           72.30

                     Suite 1900

                     Austin, TX  78701

 

UHY Advisors Mid-Atlantic,                     8601 Robert Fulton Drive                                          72.15

Inc.                      Suite 210

                     Columbia, MD  21046

 

 

Macias Gini & O'Connell                      500 Capitol Mall                                          69.82

LLP                     Suite 2200

                     Sacramento, CA  95814

 

Abacoll Solutions LLC                     1910 Pacific Avenue                                          68.00

                     Suite 2200

                     Dallas, TX  75201

 

BDO USA, P.C.                      600 North Pearl Street                                           67.83

                     Suite 1700,

                     Dallas, TX  75201

 

Baker Tilly Advisory                      17 Cowboys Way                                          66.91

Group, LP                        Suite 800

                     Frisco, TX  75034

 

Conexig, LLC                     801 Travis Street                                           59.56

                     2101, #754

                     Houston, TX  77002

 

Custom Strategic Solutions                      801 Bent Baum Road                                           47.76

                     Jacksonville, FL  32205

 

MBP Services Corp.                      1253 St. Johns Avenue                                           36.95

                     Matthews, NC  28104

 

OWNERS/EXECUTIVES

 

RSM US LLP 

 

Brian Becker, Chief Executive Officer

 

Crowe LLP

 

Mark Maraccini, Partner