STRATEGIC PRIORITY: Core
AGENDA DATE: August 13, 2025
COUNCIL DISTRICT(S): N/A
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service contract for actuarial services of other post-employment benefits plans for the City Controller’s Office - Holmes Murphy and Associates, LLC, most advantageous proposer of five - Not to exceed $275,000.00 - Financing: General 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 actuarial services of other post-employment benefits plans (OPEB) for the City Controller’s Office. These services cover the determination of actuarial liabilities for retiree medical, pharmacy, dental, and vision coverage. This agreement will provide for the determination of the City’s obligation for OPEB in compliance with the Governmental Accounting Standards Board (GASB) Statement No. 75. GASB 75 liabilities are reported annually in the City’s Annual Comprehensive Financial Report. Actuarial services for a five-year term include October 1, 2025 through September 30, 2030, for GASB 75 annual valuations for fiscal years 2025 through 2029 and ad-hoc consulting services as needed to manage the OPEB liability including review of plan design and forecasting. The contract covers, determining OPEB liabilities for approximately 10,000 retirees and future eligible active employees.
A seven-member committee from the following departments reviewed and evaluated the qualifications:
• Budget and Management Services (1)
• City Controller’s Office (2)
• Department of Human Resources (1)
• Office of Economic Development (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:
• Cost/timeframe 30 points
• Experience 25 points
• Approach 25 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. 15-2141. 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 consultant service contract for actuarial services of other post-employment benefits plans for the City Controller’s Office with Holmes Murphy and Associates, LLC by Resolution No. 20-1551.
FISCAL INFORMATION
Fund |
FY 2025 |
FY 2026 |
Future Years |
General Fund |
$0.00 |
$55,000.00 |
$220,000.00 |
LOCAL PARTICIPATION
Prime |
Status |
Workforce % |
Holmes Murphy & Associates, LLC |
Local |
29.33% |
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 BNZ25-00027160. We opened them on April 25, 2025. We recommend the City Council award this service contract in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Holmes Murphy and 2727 Grand Prairie Pkwy. 79.87
Associates, LLC Waukee, IA 50263
Gabriel, Roeder, Smith 5605 North MacArthur Blvd. 74.84
& Company Suite 870
Irving, TX 75038
Rudd & Wisdom, Inc. 9500 Arboretum Blvd. 69.39
Suite 200
Austin, TX 78759
Lauterbach & Amen 668 North River Rd. 67.40
LLP Naperville, IL 60563
Foster & Foster Consulting 13420 Parker Commons Blvd. 67.10
Actuaries, Inc. Suite 104
Fort Myers, FL 33912
OWNER/EXECUTIVE
Holmes Murphy and Associates, LLC
Daniel Keough, Chief Executive Officer