| | | | | | | |  |
CITY OF HOUSTON - CITY COUNCIL Meeting Date: 3/26/2019 ALL
Item Creation Date: 11/1/2018
T26500 - Vital Electronic Statistics Queuing Solution (QLESS, INC.)- ORDINANCE
Agenda Item#: 64.
| |
|
| | | | | | | | Summary:
ORDINANCE approving and authorizing contract between the City of Houston and QLESS, INC for Vital Statistics Electronic Queuing Solution for the Houston Health Department; providing a maximum contract amount - 3 Years with two one-year options - $150,000.00 - Health Special Revenue Fund
TAGGED BY COUNCIL MEMBER BOYKINS
This was Item 29 on Agenda of March 20, 2019 |
| | | | | | | | Background:
Request for Proposals Received May 24, 2018 for S36-T26500 – Approve an ordinance awarding a Professional Services contract to QLess, Inc. in the amount not to exceed $150,000.00 for a Vital Statistics Electronic Queuing Solution for the Houston Health Department.
Specific Explanation:
The Director of the Houston Health Department and the Chief Procurement Officer recommend that City Council approve an ordinance awarding a three-year professional services contract, with two one-year options, to QLess, Inc. in the total amount not to exceed $150,000.00 for a vital statistics electronic queuing solution for the Houston Health Department. The Chief Procurement Officer or the Director of the Houston Health Department may terminate this contract at any time upon 30-days written notice to the contractor.
The scope of work requires the contractor to provide all labor, materials, equipment, and supervision required to provide the vital statistics electronic queuing solution, which provides a numbering system, both in person and via remote issuance, for customers waiting to purchase a birth or death certificate, and monitors wait time and service flow of customers.
The Request for Proposals (RFP) was advertised in accordance with the State of Texas bid laws, and as a result, proposals were received from four firms: ACF Technologies, Inc., QLess, Inc., Q-Matic Corporation, and Lavi Industries. The Evaluation Committee consisted of evaluators from the Houston Public Works and Houston Health Departments. The evaluation was based on the following criteria.
1. Responsiveness of Proposal
2. Technical Competence
3. Price
QLess, Inc. received the highest overall score and was deemed the best qualified to perform the required services as outlined in the RFP.
MWBE Participation:
Zero-Percentage Goal document approved by the Office of Business Opportunity.
Pay or Play Program:
The proposed contract requires compliance with the City’s Pay or Play ordinance regarding health benefits for employees of City contractors. In this case, the contractor provides health benefits to eligible employees in compliance with City policy.
Hire Houston First:
The proposed contract requires compliance with the City’s ‘Hire Houston First’ (HHF) ordinance that promotes opportunity for Houston businesses and supports job creation. In this case, QLess, Inc. does not meet the requirements for HHF designation; no HHF firms were within three percent.
Fiscal Note:
Funding for this item is included in the FY19 Adopted Budget. Therefore, no Fiscal Note is required as stated in the Financial Policies.
_______________________________________
|
___________________________________
|
Jerry Adams, Chief Procurement Officer
Finance/Strategic Procurement Division
|
Department Approval Authority
|
Estimated Spending Authority
DEPARTMENT
|
FY2019
|
OUT-YEARS
|
TOTAL
|
Houston Health
|
$50,000.00
|
$100,000.00
|
$150,000.00
|
|
| | | | | | | | Amount and Source of Funding:
$150,000.00
Health Special Revenue
Fund No.: 2002 |
| | | | | | | | Contact Information:
NAME:
|
DEPT./DIVISION
|
PHONE
|
Brenda Chagoya, Division Manager
|
FIN/SPD
|
(832) 393-8723
|
Valerie Player-Kaufman, Sr. Procurement Specialist
|
FIN/SPD
|
(832) 393-8749
|
Kellen Sweny, Registrar
|
HHD
|
(832) 393-4286
|
|
|