Loading...
HomeMy WebLinkAboutCM City Satisfaction Survey; Godbe Research 2016FOR CONDUCTING AND ANALYZING A 2017 CITY SATISFACTION SURVEY This Agreement is made and entered into this 07H day of Oe--mgER , 2016, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and GODBE RESEARCH (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the City of San Rafael has conducted biennial Satisfaction Surveys since 1999 to keep up on issues that are important to the residents and gauge their satisfaction with City services; and WHEREAS, the last survey was conducted by CONTRACTOR in 2015 and the next Satisfaction Survey is due to be conducted in 2017. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: I . PROJECT COORDINATION. A. CITY'S Project Manager. The Senior Management Analyst is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Bryan Godbe is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and. or provide services as described in CONTRACTOR'S "Proposal to Conduct the 2017 Citizen Satisfaction Survey" dated September 23, 2016, attached hereto as Exhibit "1" and incorporated herein. 3. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as Rev. Date: 7130/15 described in Exhibit "1" attached and incorporated herein. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR according to the rate schedule included in Exhibit "1" attached and incorporated herein, in a total amount not to exceed $37,825.00. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGPZEEMENT. The term of this Agreement shall be for (9) months commencing on November 1, 2016 and ending on August 1, 2017. Upon mutual agreement of the parties, and subject to the approval of the City Manager the term of this Agreement may be extended for an additional period of up to (6) months. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (3 0) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon tennination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the perfonnance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (3 0) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for Rev. date: 7130115 inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties Linder this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/one million dollars ($1,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. CONTRACTOR'S worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: 1. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. Rev. date: 7.30'15 3 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form CG20 0104 13. 3. Except for professional liability insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon ten (10) days written notice to the PROJECT MANAGER. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy Rev. date: 7130115 4 declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 2782.8, CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend and hold harmless the City Indemnitees from and against any CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONTRACTOR in the performance of its duties and obligations under this Agreement or its failure to comply with any of its obligations contained in this Agreement, except such CLAIM which is caused by the sole negligence or willful misconduct of CITY. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. Rev. date: 7/30/15 5 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY's Project Manager: TO CONTRACTOR's Project Director: 16, INDEPENDENT CONTRACTOR. Rev. date: 7130115 Rebecca Woodbury City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 Bryan Godbe Project Director Godbe Research 1575 Old Bayshore Highway Suite 102 Burlingame, CA 94010 For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees .be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any tern, condition, covenant of this Agreement or any applicable law, ordinance or regulation. Rev. date: 7130115 7 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the teims and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL JIM 1 TZ, City Ma r ATTEST: ESTI IER C. BEIRNE, City Clerk APPROVED AS TO FORM: .. Jhf-w ROBERT F. Rev. date: 7/30/15 CONTRACTOR By. 1 M Name: Title: RA Fq�` 1 i 2 yo 'ryWITH P. CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: City Manager's Office Project Manager: Rebecca Woodbury Extension: 3076 Contractor Name: Godbe Research Contractor's Contact: Bryan Godbe Contact's Email: wbgodbe@godberesearch.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor 10/4/2016 10/4/2016 b. Email contract (in Word) & attachments to City Atty c/o Laraine.Gittens@cityofsanrafael.org 2 City Attorney a. Review, revise, and comment on draft agreement 10/7/2016 ® LAG and return to Project Manager 10/7/2016 ® LAG b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor 3 Project Manager Forward three (3) originals of final agreement to Click here to contractor for their signature enter a date. 4 Project Manager When necessary, * contractor -signed agreement ❑ N/A agendized for Council approval *P5A > $20,000; or Purchase > $35,000; or Or Public Works Contract > $125,000 10/17/2016 Date of Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City 10/25/16 RW Attorney with printed copy of this routing form 6 City Attorney Review and approve hard copy of signed X0/2-%1/1. agreement ��// 7 City Attorney Review and approve insurance in PINS, and bonds ' p/�'/� ►KJ (for Public Works Contracts) 8 City Manager/ Mayor Agreement executed by Council authorized official l /oI AI /b 9 City Clerk Attest signatures, retains original agreement and I forwards copies to Project Manager /fl/.;)gt/6, �� -. PROPOSAL TO CONDUCT THE 2017 CITIZEN SATISFACTION SURVEY Presented to the City of San Rafael w■w► G O D B E RE E A R C H September 23, 2016 Gain Insight City of San Rafael Godbe Research, a San Mateo based public opinion and market research firm, is a recognized leader in conducting quantitative and qualitative research for cities, counties, park and recreation districts, school districts, and other California local government agencies. This includes the development and implementation of more than 50 resident/citizen satisfaction and planning survey programs for cities and counties throughout California. Our firm believes that any project's success depends on recognizing the individual and unique research objectives of each client and then customizing a project work plan to address those specific needs. To this end, Godbe Research has crafted the following work plan for the City of San Rafael (San Rafael or City) to illustrate the types of considerations that go into each of our research projects. The following scope of work and project costs reflect the City's needs for the 2017 Citizen Satisfaction Survey, as well as previous biennial Citizen Satisfaction Surveys conducted for the City by Godbe Research. Research Objectives Before beginning any public opinion research project, Godbe Research spends significant time reviewing each client's research objectives to choose the most appropriate research design. Based on our understanding of the project from information obtained from San Rafael, as well as our work on previous Citizen Satisfaction Surveys for the City, Godbe Research understands that San Rafael has several objectives, the most important of which likely include: ✓ assessing overall perceptions of living in San Rafael; ✓ gauging satisfaction with the City's performance in providing residents services and programs; ✓ evaluating awareness of the City's financial situation; ✓ determining the most pressing problems facing the City; ✓ testing whether residents perceive the City to be responsible with taxpayer dollars; ✓ evaluating adoption of green/sustainable household practices; ✓ gauging support for a potential future revenue measure or measures in the City; ✓ comparing results of the 2017 Citizen Satisfaction Survey to previous survey events (e.g. 2015, 2013, 2011, 2009, etc); ✓ measuring differences in opinions due to demographic, geographic, and behavioral characteristics, and; ✓ other objectives to be refined between Godbe Research and the City of San Rafael. Proposal to Conduct the 2017 Citizen Satisfaction Survey Godbe Research Page 1 City of San Rafael Proposed Scope of Work Godbe Research has crafted the following scope of work for the City of San Rafael to illustrate the types of considerations that go into each of our research projects. We are again recommending a hybrid (Internet and telephone) survey of San Rafael residents for the 2017 Citizen Satisfaction Survey given our success with this methodology in previous survey events and our continued challenges in reaching younger residents using a telephone -only methodology for municipal clients throughout Marin County and the greater Bay Area. Accordingly, specific services for the 2017 San Rafael Citizen Satisfaction Survey are envisioned to include: ➢ An in-person kick-off meeting with San Rafael and the development of a project work plan and time line for the 2017 Citizen Satisfaction Survey, based on City needs and input. ➢ Additional in-person meetings and conference calls, as needed, to discuss the research objectives, questionnaire and sampling design, and other aspects of the 2017 Citizen Satisfaction Survey in detail. ➢ Designing and refining a survey instrument of approximately 18 to 25 -minutes in length for the 2017 Citizen Satisfaction Survey and formatting the survey instrument for both the Internet and telephone using the hybrid survey methodology. The survey instrument will be designed through an iterative process with the City, with multiple points for input, review, and approval by the City prior to fielding the survey. ❖ Please note that the 2015 Citizen Satisfaction Survey was 18 -minutes in length, while the 2013, 2011, 2009, 2007 and 2005 surveys were each 20 minutes in length. The 22 and 25 -minute options have been presented to the City based on the potential to test one or more revenue measures. ➢ Pre -testing the survey instrument to ensure that the questions and response codes are understandable to respondents skip patterns and other logic perform properly, and to ensure that the survey length coincides with the budgeted survey length for the project. ➢ Programming, refining, and testing the Internet version of the survey instrument using our Internet survey software capability. The Internet and phone versions of the survey will be identical in terms of questions, skip patterns, response codes, etc. ➢ CATI programming the telephone version of the survey instrument for efficient and accurate data collection. CATI programming refers to programming the survey into a computer for efficient and error -free data collection. All interviews, however, are conducted via a live interviewer located in the western United States. ➢ Training telephone interviewing personnel on the telephone survey questionnaire and interviewing protocol through an intensive training session. ➢ Translation of both versions of the survey instrument into Spanish and providing Spanish language interviewing for up to 10% of all interviews for the telephone version of the survey and as many residents who wish to take the survey in Spanish for the Internet version of the survey. Proposal to Conduct the 2017 Citizen Satisfaction Survey Godbe Research Page 2 City of San Rafael ➢ Reviewing U.S. Census data, voter demographics, and other population data to develop a sample of City of San Rafael residents and registered voters appropriate for the research objectives and Internet/telephone modalities being employed for the 2017 Citizen Satisfaction Survey. The sample will be de - duplicated to avoid collecting surveys from the same respondents for the Internet and phone versions. Moreover, by providing a unique URL to each potential respondent, we will also avoid residents taking the Internet version more than once from multiple devices or forwarding the survey to other persons. ❖ For review, there are approximately 29,336 total registered voters in the City of San Rafael. Within the voter population, we have email addresses for 7,832 voters or 27% of the electorate in the City of San Rafael. We are also able to match phone numbers to approximately 22,367 total City voters or 76% of the total San Rafael electorate, including cell phones for 15% of voters or 4,832 total cell phone numbers. There are also a total of approximately 46,313 adult residents (age 18+) in the City. ❖ Finally, for the Internet version, we will also obtain City -provided email addresses (if available), which we will match and de -duplicate against the voter file to increase our sample coverage to know San Rafael residents. ➢ Development of a recruitment email for the Internet version of the survey and working with the City so that Godbe Research send recruitment emails to voters/residents with email addresses in the voter file or from City lists that we can match. ➢ Conducting approximate 18 to 25 -minute Internet and telephone interviews with at least 500 (n=500) total San Rafael voters/residents according to a strict interviewing protocol and our recommended sampling design of registered voters supplemented with City lists of adult residents (non -voters). ❖ A sample size of 500 voters/residents will provide a maximum margin of error of no greater than +/-4.34% at the 95% confidence level when looking at all registered voters or all City residents. A minimum sample size of 500 voters is also commensurate with the sample sizes obtained from the 2005, 2007, 2009, 2011, 2013, and 2015 Citizen Satisfaction Survey processes. ➢ Merging the Internet and telephone data files, as well as processing and weighting the data to adjust for population distribution and strategic oversampling, as needed. ➢ Meeting with the City of San Rafael to review the topline/aggregate survey results. This will help our more detailed analysis and reporting to be of maximum value to the City for the 2017 Citizen Satisfaction Survey. ➢ Analyzing the survey results from the 2017 Citizen Satisfaction Survey and preparing a comprehensive report of findings and conclusions for San Rafael. Because a concise summary of the data and actionable recommendations are critical to a client's objectives, Godbe Research takes great care analyzing the data and preparing a written final report for each of our clients. Proposal to Conduct the 2017 Citizen Satisfaction Survey Godbe Research Page 3 City of San Rafael ❖ Similar to previous Citizen Satisfaction Surveys conducted for the City, the 2017 report will include the following: a discussion of the research objectives, methodology overview, a question by question analysis, satisfaction/importance matrix, appropriate graphics based on the question by question analysis, an executive summary, and appendices for the topline report, survey questionnaire in English and Spanish, and a complete set of crosstabulations. ❖ In addition, the report will be provided to the City in draft and final formats, based on San Rafael staff, administration, and Council comments, as well as in hard copy and electronic format (for City's web site). ➢ An in-person presentation of the results to San Rafael by Bryan Godbe for up to two separate presentations. The presentations will be accompanied by PowerPoint slides and the length/content will be based on City needs. ➢ Post project consulting with the City of San Rafael on the survey results and recommendations from the 2017 Citizen Satisfaction Survey event between biennial survey events, as well as during any City planning, outreach, or marketing based on survey results (no charge/ongoing). Proposal to Conduct the 2017 Citizen Satisfaction Survey Godbe Research Page 4 City of San Rafael PROJECT COSTS Godbe Research takes great pride in delivering reliable and practical research projects on time and on budget. In doing so, we prefer to provide a firm, fixed fee format for our services. Based on our understanding of the research objectives of the City of San Rafael, we have provided costs below to conduct the 2017 Citizen Satisfaction Survey, using the hybrid Internet and telephone methodology, as well as a listed sample of San Rafael registered voters supplemented with City -provided lists of adult residents (18+). In addition, we have provided costs to translate the both versions of the survey into Spanish and to provide Spanish language interviewing for up to 10% of all interviews and as many Internet interviews as there are residents who would like to take that version in Spanish. The project costs options below are provided by task to conduct an 18 to 25 -minute hybrid Internet and telephone survey of at least 500 (n=500) total City voters/residents in English and Spanish. The prices below reflect the all inclusive costs to complete the survey project -- the overall cost will not exceed those shown below, provided that parameters (e.g. hybrid survey methodology, survey length, Spanish language translation and interviewing, sample size, etc.) of the project conform to those outlined in this scope of work document. Should project parameters or City needs change, we will be happy to provide amended costs prior to proceeding. Internet and Telephone Survey of 500 (n=500) San Rafael Voters Project Task 18 -min. 20 -min. 22 -min. 25 -min. Listed Voter Telephone Sample $1,000.00 $1,000.00 $1,000.00 $1,000.00 Email Sample and De -Duplication $800.00 $800.00 $800.00 $800.00 CATI Programming Telephone Version $1,350.00 $1,500.00 $1,650.00 $1,875.00 Internet Version Programming and Testing $4,750.00 $5,000.00 $5,250.00 $5,500.00 Internet Survey Hosting $650.00 $650.00 $650.00 $650.00 Spanish Translation and Programming $700.00 $850.00 $1,000.00 $1,150.00 Telephone Interviewing $10,500.00 $11,400.00 $12,900.00 $14,100.00 Spanish Interviewing Surcharge (10%) $900.00 $950.00 $1,000.00 $1,050.00 Data Processing and File Merge $1,050.00 $1,150.00 $1,250.00 $1,350.00 Research Fee $7,500.00 $7,500.00 $7,500.00 $7,500.00 Project Management $2,500.00 $2,500.00 $2,500.00 $2,500.00 Misc/Travel Expenses $350.00 $350.00 $350.00 $350.00 Citizen Satisfaction Survey Total $32,050.00 $33,650.00 $35,850.00 $37,825.00 Proposal to Conduct the 2017 Citizen Satisfaction Survey Godbe Research Page 5 A GODBE RESEARCH Gain Insight GODBE RESEARCH www.aodberesearch.com California/Corporate Office 1575 Old Bayshore Highway Suite 102 Burlingame, CA 94010 Southwest/Reno Office 59 Damonte Ranch Parkway Suite B-309 Reno, NV 89521 Seattle/Northwest Office 601 108th Avenue NE Suite 1900 Bellevue, WA 98004