Loading...
CC Resolution 12892 - NeoGov agreementRESOLUTION NO. 12892 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CAMPBELL AUTHORIZING THE CITY MANAGER TO EXECUTE A THREE-YEAR AGREEMENT WITH SHI INTERNATIONAL CORP., USING PRICING AND TERMS SPECIFIED THROUGH A COMPETITIVELY BID AWARD FROM THE NATIONAL ASSOCIATION OF STATE PROCUREMENT OFFICIALS (NASPO), TO PURCHASE THE NEOGOV HUMAN RESOURCES INFORMATION SYSTEM (HRIS) AND PAYROLL PLATFORM FOR AN AMOUNT NOT TO EXCEED $328,567; AND TO DISPENSE WITH BIDDING REQUIREMENTS, AS SPECIFIED IN CAMPBELL MUNICIPAL CODE SECTION 3.20.030(6); AND AUTHORIZING THE FINANCE DIRECTOR TO IMPLEMENT AN ASSOCIATED BUDGET ADJUSTMENT FOR IMPLEMENTATION SUPPORT SERVICES WHEREAS, the Human Resources (HR) and Payroll Division's currently use several paper -based manual systems as well as an outdated Enterprise Resource Planning (ERP) system (eFinancePlus provided by CentralSquare Technologies) and disconnected Microsoft Word, Microsoft Excel, and Adobe Acrobat forms for all HR and payroll functions including recruiting, onboarding, performance evaluations, training tracking, and timecards; and WHEREAS, these are labor intensive and time-consuming processes and staff is seeking a more modern electronic process for managing HR and Payroll functions; and WHEREAS, a team consisting of HR, Payroll, Information Technologies (IT) staff developed solution requirements, contacted vendors and reviewed software demonstrations from a variety of software providers; and WHEREAS, based on the aforementioned due diligence process, staff determined that NEOGOV provides the best functionality, modularity, and ease of implementation to meet the requirements of the HR and Payroll Divisions, including a short implementation timeline and reasonable costs, and is the leading provider of HRIS and Payroll systems for the public sector; and WHEREAS, the City Council is authorized by Campbell Municipal Code (CMC) Section 3.20.030(6) to dispense with bidding requirements when: The City elects to purchase supplies, materials or equipment directly from a vendor determined to be the lowest responsible bidder as a result of a competitive bid process conducted by the State of California, the County of Santa Clara or any other California county or municipality. Such purchases are allowed provided that: (A)The bidding procedures conducted by the agencies identified are reasonably consistent with Section 3.20.050 of the CMC, and (B)Thevendor agrees to provide the same low bid price to the City as provided to the awarding agency; and WHEREAS, NASPO is an Arizona based cooperative purchasing consortium dedicated to advancing public procurement through leadership, excellence, and integrity, is made up of the directors of the central purchasing offices in each of the 50 states, the District of Columbia and the territories of the United States, is an organization that helps its members achieve, success as public procurement leaders through promotion of best practices, education, professional development, research, and innovative procurement strategies, and undertakes competitive bidding processes such as Requests for Proposals (RFPs) for the benefit of its members and in order to obtain better volume pricing, reduce the time it takes to procure critical goods and services, and maintain best practices in competitive procurement; and WHEREAS, SHI International Corp. is a reseller of NEOGOV products and was selected by NASPO, through a competitive procurement process (NASPO ValuePoint Master Agreement No. ADSP016-10651), to offer NEOGOV products at set pricing; and WHEREAS, upon review, staff has determined that the bidding procedures used by NASPO are reasonably consistent with Section 3.20.050 of the CMC and SHI International Corp. has agreed to provide the same low bid price to the City as provided to NASPO; and WHEREAS, although NASPO is an Arizona based cooperative purchasing consortium, the State of California has also agreed, via a Participating Addendum (PA) (7-16-70-36), to NEOGOV pricing and terms through NASPO's award to SHI International Corp.; and WHEREAS, Staff is proposing purchasing the NEOGOV HRIS and Payroll platforms through from SHI International Corp. using pricing and terms as specified by a NASPO competitively bid award; and WHEREAS, if the purchase of NEOGOV is approved, staff also has the need for outside support so that HR and Payroll staff can still conduct day-to-day operations; and WHEREAS, outside operational support is estimated to cost up to $75,000 and requires a budget adjustment of $68,000 in FY 2022, utilizing American Rescue Plan Act (ARPA) funds; and WHEREAS, the City of Campbell recognizes the need for a more modern Human Resources Information System (HRIS) and Payroll Platform; and NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Campbell does hereby authorize the City Manager to execute a three-year agreement with SHI International Corp., using pricing and terms specified through a competitively bid award from the National. Association of State Procurement Officials (NASPO), to purchase the NEOGOV Human Resources Information System (HRIS) and Payroll Platform for an amount not to exceed $328,567; and, to dispense with bidding requirements, as specified in Campbell Municipal Code Section 3.20.030(6); and does hereby authorize the Finance Director to implement an associated budget adjustment for implementation support services. ` PASSED AND ADOPTED this 20t" day of September, 2022 by the following roll call vote: AYES: Councilmembers: Gibbons, Lopez, Landry, Bybee, Resnikoff NOES: Councilmembers: None ABSENT: Councilmembers: None APPROVVEED: `5 - Paul Resnikoff, Mayor ATTEST: aka Andrea S ders, City Clerk