Dallas Logo
File #: 24-1208    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved as an Individual Item
File created: 3/29/2024 In control: Office of Procurement Services
On agenda: 4/24/2024 Final action:
Title: Authorize a three-year service contract, with the option of one two-year renewal option or two one-year renewal options, for Owner Controlled Insurance Program broker services for the Office of Risk Management - Marsh USA, Inc., most advantageous proposer of five - Not to exceed $2,242,000 - Financing: Owner Controlled Insurance Fund (subject to annual appropriations)
Indexes: 2
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     April 24, 2024

COUNCIL DISTRICT(S):                     2

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service contract, with the option of one two-year renewal option or two one-year renewal options, for Owner Controlled Insurance Program broker services for the Office of Risk Management - Marsh USA, Inc., most advantageous proposer of five - Not to exceed $2,242,000 - Financing:  Owner Controlled Insurance 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 Owner Controlled Insurance Program (OCIP) broker services for the Office of Risk Management. These services will develop underwriting and marketing specifications to competitively secure the best and essential insurance coverages at the most reasonable cost for construction of the Kay Bailey Hutchison Convention Center Master Plan. OCIP will provide expertise in all phases of developing, implementing, and administering the City’s OCIP. This service is necessary for the City to help eliminate insurance obstacles for construction contractors, including Minority/Women Business Enterprise (M/WBEs) and small businesses by assuming and insuring the project risks. This service provides a pathway to projects that contractor/subcontractor could not otherwise obtain while increasing M/WBE and small business participation percentages.

 

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

 

                     City Controller's Office                                                                                                         (1)

                     Department of Aviation                                                                                                         (1)

                     Department of Convention and Event Services                                          (1)

                     Office of Risk Management                     (1)

                     Small Business Center Department                                                               (1)

                     Office of Procurement Services                                                                                    (1)*

*The Office of Procurement Services evaluated cost and local preference, if applicable. 

 

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

 

                     Cost                                                                                                                                                                         30 points

                     Technical Criteria                                                                                                                               25 points

                     Technical Criteria                                                                                                                               20 points

                     Understanding                                                                                                                               10 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 $18.24; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

This item has no prior action.

 

FISCAL INFORMATION

 

Fund

FY 2024

FY 2025

Future Years

Owner Controlled Insurance Fund

$2,242,000.00

$0.00

$0.00

 

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

$2,242,000.00

Other Services

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

69.95%

69.95%

$1,568,267.00

This contract exceeds the M/WBE subcontracting goal. This item is Other Services and no availability and disparity in the market.

Marsh USA, Inc. - Non-Local; Workforce - 0.00% Local

 

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 BBZ24-00023578.  We opened them on December 29, 2023.  We recommend the City Council award this service contract in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                                                                                    Address                                                                                    Score                     

 

*Marsh USA, Inc.                     1717 Main Street                                          86.94

                     Suite 4400

                     Dallas, TX  75201

 

Alliant Insurance Services,                     16000 North Dallas Parkway                     84.04

Inc.                     Suite 850

                     Dallas, TX 75248

 

Willis Towers Watson                      500 North Akard Street                                           84.04

Insurance Services West, Inc.                     Suite 4300

                     Dallas, TX 75201

 

McGriff Insurance Services,                     5080 Spectrum Drive                                          72.00

Inc.                     Suite 900E

                     Addison, TX 75001

 

Lockton Companies                     2100 Ross Avenue                                          61.29

                     Suite 1400

                     Dallas, TX 75201

 

OWNER

 

Marsh USA, Inc.

 

Martin South, Chief Executive Officer

Louis Piliego, Chief Operating Officer