Skip to main content
Dallas Logo
File #: 25-1956A    Version: 1 Name:
Type: CONSENT AGENDA Status: Agenda Ready
File created: 5/27/2025 In control: Office of Procurement Services
On agenda: 6/25/2025 Final action:
Title: Authorize a three-year service contract in the amount of $285,000.00, with two one-year renewal options in the amount of $190,000.00, as detailed in the Fiscal Information section, for risk management and insurance consultant services for the Office of Risk Management - Marsh USA, Inc., most advantageous proposer of two - Total not to exceed $475,000.00 - Financing: Risk Management Program Fund (subject to annual appropriations)
Indexes: Citywide
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Core

AGENDA DATE:                     June 25, 2025

COUNCIL DISTRICT(S):                     Citywide

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Donzell Gipson

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service contract in the amount of $285,000.00, with two one-year renewal options in the amount of $190,000.00, as detailed in the Fiscal Information section, for risk management and insurance consultant services for the Office of Risk Management - Marsh USA, Inc., most advantageous proposer of two - Total not to exceed $475,000.00 - Financing:  Risk Management Program Fund (subject to annual appropriations)

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a service contract is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis.   

 

This service contract will provide for risk management and insurance consultant services for the Office of Risk Management. This contract will allow the City to better identify, assess, and manage various risks, ultimately protecting our assets, ensuring compliance, and fostering a more sustainable business. The City will benefit from improved decision-making, reduced liability, enhanced resilience, and streamlined operations.

 

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

 

                     Dallas Police Department                                                                                                         (1)

                     Department of Convention and Event Services                                           (1)

                     Office of Homeless Solutions                                                                                    (1)

                     Office of Risk Management                                                                                     (1)

                     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:

 

                     Experience, Capability, and Expertise                                                                                    30 points

                     Overall Approach and Methodology                                                                                     30 points

                     Cost                                                                                                                                                                                             20 points

                     Business Inclusion and Development Plan                                                               15 points

                     Local Preference                                                                                                                                                     5 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. 15-2147. 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 December 8, 2021, the City Council authorized a three-year consultant contract for risk management and insurance consultant services for the Office of Risk Management with Arthur J. Gallagher Risk Management Services, Inc. by Resolution No. 21-1979.

 

FISCAL INFORMATION

 

Fund

FY 2025

FY 2026

Future Years

Risk Management Program Fund

$95,000.00

$95,000.00

$285,000.00

 

Initial Term:                                                                                     $285,000.00

Renewal Option: Year 1                                           $  95,000.00

Renewal Option: Year 2                                           $  95,000.00

 

Total:                                                                                                          $475,000.00

 

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

Procurement Category

M/WBE Goal

$475,000.00

Other Services

2.93%

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

3.00%

3.00%

$14,250.00

This contract exceeds the M/WBE goal.

Marsh USA, LLC - Local; Workforce - 1.34% Local

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Request for

Utilized for high technology procurements, insurance procurements, and other goods and services

Competitive 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 BTZ25-00026821.  We opened them on April 18, 2025.  We recommend the City Council award this service contract to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                                                                                    Address                                                                                    Score                     

 

*Marsh USA, Inc.                     1717 Main Street                                           91.00

                     Suite 4400

                     Dallas, TX  75201

 

Arthur J. Gallagher Risk                      12750 Merit Drive                                          78.09

Management Services LLC                     Suite 1000

                     Dallas TX  75251

 

OWNER/EXECUTIVE

 

Marsh USA, Inc.

 

Martin South, Chief Executive Officer