Loading...
Backup Documents 11/15/2016 Item #16F5 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLID lc ' TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO r;,, • THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATU'=� ' 2 6 Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attop}ex later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through 42,complete the checklist,and forward to the County Attorney Office. Routed by Procurement Services to the Office Initials Date Following Addressee(s) (In routing order) 1. Risk Risk Management . ab(e7/0 2. County Attorney Office County Attorney Office 3. BCC Office Board of County Commissioners VI\f- 5/ t \-Z-Ot L- 4. Minutes and Records Clerk of Court's Office '17'11\ tt 12-(1 1 3%331s,m 5. Return to Procurement Services Division Procurement Services Contact: Viviana Giarimoustas PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Camille Shim-Marinos for Adam Northrup\ Phone Number 239-252-6098 Procurement Staff 40/25/201.6-L&. 11`t5 16 Contact and Date Agenda Date Item was 4®�— I 1 Agenda Item Number I .t �,� Approved by the BCC t 115 'a b j b Type of Document Contract Number of Original 2 Attached Documents Attached PO number or account N/A Solicitation/Contract 16-6666/ ualtrics/ number if document is Number/Company Quality Assurance to be recorded Name Software INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? J(---pe. c EISM 0 1 i 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be CJSM signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's CJSM signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip &ISM should be provided to the County Attorney Office at the time the item is input into SIRE. ,�11/- Some documents are time sensitive and require forwarding to Tallahassee within a certain 1w ��1 time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on the date above and all changes made CJSM during the meeting have been incorporated in the attached document. The County e Attorney's Office has reviewed the changes,if applicable. at the attached document s the rsion ved by the 9. BCC Initials ll changes directed by lthe BCC have b en made,land thedocument tris ready for the I t� ig Chairman's signature. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16F5 MEMORANDUM Date: November 22, 2016 To: Camille Shim-Marinos, Purchasing Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #16-6666 "Customer Experience Management Software and Survey System" Contractor: Qualtrics, LLC Attached for your records is an original copy of the contract referenced above, (Item #16F5) approved by the Board of County Commissioners November 15, 2016. The second original copy will be held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment quattrics,com 1 6 F 5 Certificate of Authority R.Duff Thompson,of Qualtrics, LLC("Qualtrics )do hereby certify: 1. lam the duly appointed Chairman of the Board of Directors of Qualtrics. 2.As Chairman of the Board of Directors of Qualtrics, I hereby confirm that Alan Mark,Sydnee Christensen, Ryan Tibbitts, Mark Creer,and Blake Tierney are officers of Qualtrics and are authorized to enter into contracts and execute any and all documents,agreements,and other instruments on behalf of Qualtrics. Alan Mark has been designated as Security Officer, and Sydnee Christensen, Ryan Tibbitts, Mark Creer,and Blake have each been designated as internal Corporate Counsel. 3. I further certify that the foregoing grant of authority has not been amended or revoked and remains in full force and effect as of the date first written below. In witness whereof, I have hereunto set my hand as the Chairman of the Board of Directors of Qualtrics, LLC this 18th day of December, 2015. 411 R ffThOmpso State of Utah County of Utah , „- On this 1'0 I'day of 1).14,, ,in the year 2015, before me I rA-. 'S a notary public, personally appeared p , provided o the basis of satisfactory evidence to be the person who's name is subscribed to this instrument, and acknowledged he executed the same. Witness my hand and official seal. tiAILEY FRAMS Notary PIO* Slateof WO 7 Notary Public 4'1146-1.**' my Comm was' sip 2$ 2010 ameesompiewermiimiroviiillimgriiiPwRirmi 1 6 F5 AGREEMENT16-6666 for Quality Assurance Software THIS AGREEMENT, made and entered into on this 1,5day of Ndl/Q,ffib - 2016, by and between Qualtrics, LLC, whose business address is 2250 N. University Parkway, #48- C, Provo, UT 84604, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3) year period, commencing on Date of Board approval and terminating three (3) years from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon the issuance of a Purchase order. 3. STATEMENT OF WORK. The Contractor shall provide for the Quality Assurance Software in accordance with the terms and conditions of Request for Proposal (RFP) #16-6666, Exhibit A — Scope of Work, and the Contractor's proposal referred to herein and made an integral part of this Agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of the Agreement the sum of Sixty Seven Thousand dollars ($67,000.00) per year, payable in twelve monthly payments of Five Thousand Five Hundred Eighty-Three dollars and Page 1 of 12 #16-6666"Quality Assurance Softwar 16F5 Thirty-Four cents ($5,583.34) as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the project manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." By mutual agreement of the parties, the Contractor has agreed to provide the services at no charge for one month, at the beginning of the initial term of the contract. 4.1 Price Methodology: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 4.2 Any County agency may purchase products and services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "lathes" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its contractors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Qualtrics, LLC 2250 N. University Parkway, #48-C Provo, UT 84604 Attn: Mark Creer, Sr. Corporate Counsel Phone: 801-374-6682 Facsimile: 866-562-9828 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Page 2 of 12 #16-6666"Quality Assurance Software" • 16F5 Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Director, Procurement Services Division Telephone: 239-252-8407 Facsimile: 239-252-6480 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. Page 3 of 12 #16-6666"Quality Assurance Softwar 1 6 F 5 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $100,000 for each accident. C. Technology Errors & Omissions: Coverage shall have minimum limits of $1,000,000 Per Occurrence Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. Page 4 of 12 #16-6666"Quality Assurance Software"ie 16F5 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Information Technology Division. 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit A — Scope of Work, and RFP #16-6666 Specifications/Scope of Services. 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by Page 5 of 12 #16-6666"Quality Assurance Softwa `,, 406 1 6 F 5 the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a Page 6 of 12 #16-6666"Quality Assurance Software" :. 16F5 format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor's shall assign as many people as necessary to complete the Agreement on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the delivery dates. Page 7 of 12 #16-6666"Quality Assurance Software"ur 16F5 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the RFP, the Contractor's Proposal, and/or the County's Board approved Executive Summary, this Agreement shall take precedence. 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 28. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPSCa�colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. Page 8 of 12 #16-6666"Quality Assurance Software' 1 6 F 5 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk,of Courts By: atik \ CL • By: X)i-rvise Donna Fiala, Chairman Dated: IlI o (SEAL) 4 A est a :t'O Chairman's signature Qualtrics, LLC Contractor i By: th11/ ink First Witness Signature .) P;1� �Ic�i�lrsr,P7 , (e. TType/ nt witness name TType/print signature and titlee Second Witness TType/print witness nameT Apprrolved as to For a�n• Legality: gi/ / sswa,rt �ounty�tto•���e Print Name Item# kms—= Agenda \`—�� p Date -- Rte t 0 Recd ---=� Depui Page 9 of 12 #16-6666"Quality Assurance Software" (1: I F EXHIBIT A SCOPE OF WORK 16-6666 — Quality Assurance Software As part of this Agreement, the Contractor is expected to provide technological platform that will allow Departments and Divisions to solicit feedback from customers with surveys, record results, analyze trends, report results, respond to customer feedback and use the information to enhance programs to improve service levels. The survey platform will: Provide survey respondents with a convenient and easy to use survey experience including the ability to: o Print responses o Save responses o Toggle through the survey if there are multiple pages o Save and complete later • Reminders for completing a survey o Display progress within the survey Provide the Agency with the ability to develop and distribute surveys with the following capabilities: o Limit response period start and stops o Limit the number of responses o Track the respondents o Authenticate respondents o Limit individual responses o Distribute survey internally and externally o Distribute the survey through multiple mediums • Web • Email • Text • QR Code • Tablet (for use at events or kiosk) • Paper o Import from outside sources o Variety of question types including • Single selection • Radio button • Dropdown list • Multiple selection • Check box • Listbox • True/False or Yes/No • Rating • Ranking • Rating Matrix • Free form response Page 10 of 12 #16-6666"Quality Assurance Software"c I o Spell checking of question text and survey responses o Include Logos o Branch questions based upon responses o Embedded customer response capability o Compatibility across platforms • Browsers • Devices • Operating Systems Provide the Agency with the appropriate controls and tools to design the layout and content of the surveys such as: o Library of predesigned questions and the ability to add to the library o Template designs and the ability to save designed surveys o Testing and Debug capabilities o Multiple page layout • Control of page breaks o Preapproval capabilities by agency management o Question order randomization o Question based help text control Provide the Agency with the appropriate tools to analyze and report results with the following: o Benchmarking between Agency Departments and Divisions o Analysis through response segmentation and clustering o Demographic segmentation and clustering of responses o Ability to segment and cluster responses by location o Report responses with Graphs o Dashboard display o Drill down reporting o Web based reporting o Fully customizable reports o Ability to publish results to Websites o Ability to Export data to Microsoft Office Applications Provide the appropriate account controls and service to utilize the service with the following capabilities o Individual user accounts o Shared access (Department and Division overview) o Centralized data repository for Agency survey responses o Appropriate backup of the data o Support and Maintenance of the solution o Tutorials and solution help files o Training for Agency Users The County will own all data collected from the platform, and shall be made available by the Contractor upon request. Page 11 of 12 #16-6666"Quality Assurance Software" 16F5 Disaster recovery process and procedure in place, with a return to service within twenty-four (24) hours. The Contractor must be available to attend onsite meetings if necessary. Training The Contractor will assign a dedicated account team, including a Client Success Consultant and Implementation Consultant. Live trainings will take place to successfully train users on functionality for creating, distributing, and analyzing actionable data. The implementation occurs in a phased approach, and each phase will include training opportunity as the County users work with the Contractor's account team to build survey questions, dashboards, etc. Train the Trainer The Contractor will provide training based on a "Train the Trainer" model. Under this model, the Vendor will provide high quality training directly to the lead administrators and trainers at County. These leaders would then provide training for additional County personnel and external clients. The training program content will be determined by the Contractor and the County. On-Demand Training In addition to live trainings, users will have access to Qualtrics University. This site is designed to give best practices, step-by-step tutorials, recorded web trainings, and free webinars. The Qualtrics University site is available on-demand 24/7/365. Deliverables Standard Implementation Site Intercept License (10 users) • Annual Page Views: 3 Million • Number of Additional Users: 40 Research Suite License (10 users) • Number of Responses: 80000 • Included Brands: 1 • Included Themes: 1 • Number of Additional Users: 40 Employee Engagement License • Number of Employees: 1750 • Action Planning Module Site intercept 50 users (3 million views) Additional project for parks and recreation, at no additional cost. Page 12 of 12 #16-6666"Quality Assurance Software" C401 1 6 F 5 ____., . A� CERTIFICATE OF LIABILITY INSURANCE X0;19;20 6) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Pam Christensen NAME: Diversified Insurance Group /aCNIV Ext): (801)325-5000 INC.No): (801)532-2804 136 E. South Temple Street AIL ADDRESS:Pchristensen@diversifiedinsurance.com Suite 2300 INSURER(S)AFFORDING COVERAGE NAIC# Salt Lake City UT 84111 INsuRERA:Great Northern Insurance 20303 INSURED Qualtrics, LLC INSURERB:Federal Insurance Company 20281 Qualtrics Labs, Inc. INsuRERc:Pacific Indemnity Insurance 333 W. River Park Drive INsURERD:C010ny Insurance Company INSURER E: Provo UT 84604 INSURERF: COVERAGES CERTIFICATE NUMBER:2016 master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR,WVD POLICY NUMBER IMM/DDIYYYY) IMM/DDIYYYYI GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGETO RENTED PREMM1000000ISES(Ea occurrence) $ 1,000,000 A CLAIMS-MADE X OCCUR X 35988085 5/15/2016 5/15/2017 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 3—C1 POLICY n PEg n LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 ANY AUTO BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED 73580292 5/15/2016 5/15/2017 AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 X DED RETENTION$ 0 79887815 5/15/2016 5/15/2017 $ C WORKERS COMPENSATION , WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) 71753941 5/15/2016 5/15/2017 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 D Cyber / E&O Liability E0407053 6/14/2016 5/15/2017 Limit[ea.occ./aggregate] 5,000,000 [claims made form] Retro Date: 2/11/2011 Ded.[each claim] 50,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Collier County Board of County Commissioners is named as Additional Insured with respects to General Liability. 16-666 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of ACCORDANCE WITH THE POLICY PROVISIONS. County Commissioners 3327 Tamiami Trail E AUTHORIZED REPRESENTATIVE Naples, FL 34112 Pam Christensen/PC i25.../...,_.1,--. ,li ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 nnlnowl ni The ACr1Rrl name and Innn aro runicfurcrl marfrc of AC(1Rn