Skip to main content
Dallas Logo
File #: 25-2439A    Version: 1 Name:
Type: CONSENT AGENDA Status: Agenda Ready
File created: 7/29/2025 In control: Office of Procurement Services
On agenda: 8/27/2025 Final action:
Title: Authorize a three-year service contract in the amount of $263,100.00, with two one-year renewal options in the amount of $175,400.00, as detailed in the Fiscal Information section, for commercial insurance and broker of record services for the Office of Risk Management - Marsh & McLennan Companies, Inc., most advantageous proposer of three - Not to exceed $438,500.00 - 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:                     August 27, 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 $263,100.00, with two one-year renewal options in the amount of $175,400.00, as detailed in the Fiscal Information section, for commercial insurance and broker of record services for the Office of Risk Management - Marsh & McLennan Companies, Inc., most advantageous proposer of three - Not to exceed $438,500.00 - 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 commercial insurance and broker of record services for the Office of Risk Management.

 

Broker services will include:

 

                     Outlining a property structure

                     Providing strategies and rational for property program

                     Providing engineering inspections

 

This service contract will also authorize the purchase of the City’s commercial property, boiler and machinery, fine arts, crime, aviation, general liability, cyber liability, media professional liability, and flood insurance policies.

 

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

 

                     Department of Facilities and Real Estate Management                     (1)

                     Department of Human Resources                                                                                                         (2)

                     Office of Risk Management                                                                                                         (2)

                     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:

 

                     Capability and expertise                                                                                                          35 points

                     Cost                                                                                                                                                                        30 points

                     Overall Approach & Methodology                                                                                     20 points

                     Business Inclusion and Development Plan                                          15 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 June 24, 2020, the City Council authorize a three-year service contract, with two one-year renewal options, for broker of record and consultant services for City commercial insurance purposes for the Office of Risk Management with McGriff Insurance Services, Inc. by Resolution No. 20-1008.

 

FISCAL INFORMATION

 

Fund

FY 2025

FY 2026

Future Years

Risk Management Program Fund

$87,700.00

$87,700.00

$263,100.00

 

Initial Term:                        $263,100.00

Renewal Option: Year 1     $87,700.00

Renewal Option: Year 2     $87,700.00

                              Total:    $438,500.00

 

 

 

 

 

LOCAL PARTICIPATION

 

Prime

Status

Workforce %

Marsh & McLennan Co., Inc.

Local

62.24%

 

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 BKZ25-00027530.  We opened them on June 6, 2025.  We recommend the City Council award this service contract in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                                                                                    Address                                                                                    Score                     

 

*Marsh & McLennan                                           5080 Spectrum Drive                                          86.00

Companies,                                                                                    Suite 900E

Inc.                                                                                                         Addison, TX  75001

 

Alliant Holdings, LP dba                                          16000 North Dallas Parkway                     73.65

Alliant Insurance Services,                                          Suite 850

Inc.                                                                                                         Dallas, TX  75248

 

USI Insurance Services, LLC                     14241 Dallas Parkway                                           70.59

dba USI Southwest, Inc.                                          Suite 700

                                                                                                         Dallas, TX  75154

 

OWNER/EXECUTIVE

 

Marsh & McLennan Companies, Inc.

 

John Q. Doyle, Chief Executive Officer