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