Loading...
Agenda 10/09/2018 Item #16F 410/09/2018 EXECUTIVE SUMMARY Recommendation to award RFP #18-7281R, “Tourism Fulfillment and Call Center Services” to Faneuil, Inc., for $21,772.97, authorize the Chairman to execute the associated agreement, and make a finding that this action promotes tourism. _____________________________________________________________________________________ OBJECTIVE: Approve the selection of Faneuil, Inc., for a contract pertaining to Tourism Fulfillment and Call Center Services. CONSIDERATIONS: The Tourism Department desires to contract with a company to fulfill requests for information, including answering incoming requests for information from toll -free numbers, publication responses, and from the Internet. Fulfillment services include but are not limited to preparing a nd distributing tourism literature and storing literature, specialty items provided by the Convention & Visitors Bureau (CVB) to requestors, maintaining mailing lists and distributing special fulfillment projects as assigned by CVB staff and managing a hotel inventory during emergency situations. On March 19, 2018, the Procurement Services Department released Invitation to Bid 18-7281R to 1854 vendors for the Tourism Fulfillment and Call Center Services. Vendors downloaded sixty-four (64) bid packages and the County received one proposal by the April 19, 2018 deadline. A selection committee convened on May 18, 2018 and recommended that the RFP be awarded to Faneuil, Inc. Respondents: Company Name City County State Rank Responsive/Responsible Faneuil, Inc Hampton Hampton VA 1 Y/Y FISCAL IMPACT: The contract amount is $21,772.97. Funds are provided in the approved FY 18-19 Tourism budget in TDC Promotion Fund (184). GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. ADVISORY BOARD RECOMMENDATION: The Tourist Development Council recommended approval of this item 8-0 at the September 24, 2018 meeting. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for approval. -SRT RECOMMENDATION: To award RFP #18-7281R, “Tourism Fulfillment and Call Center Services” to Faneuil, Inc., authorize the Chairman to execute the associated agreement, and make a finding that t his action promotes tourism. Prepared by: Ed Caum, Deputy Director Tourism ATTACHMENT(S) 1. 18-7281R Solicitation (PDF) 2. NORA Signed (PDF) 3. 18-7281R Faneuil_Contract_VendSigned with Insurance (PDF) 16.F.4 Packet Pg. 1147 10/09/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.F.4 Doc ID: 6828 Item Summary: Recommendation to award RFP #18-7281R, “Tourism Fulfillment and Call Center Services” to Faneuil, Inc., for $21,772.97, authorize the Chairman to execute the associated agreement, and make a finding that this action promotes tourism. Meeting Date: 10/09/2018 Prepared by: Title: Tourist Development Tax Coordinator – Tourism Name: Kelly Green 09/25/2018 11:45 AM Submitted by: Title: Division Director – Tourism Name: Jack Wert 09/25/2018 11:45 AM Approved By: Review: Tourism Ed Caum Deputy Director Review Completed 09/25/2018 11:49 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 09/25/2018 11:58 AM Procurement Services Sandra Herrera Additional Reviewer Completed 09/25/2018 12:29 PM Procurement Services Swainson Hall Additional Reviewer Completed 09/26/2018 11:39 AM Procurement Services Kristofer Lopez Additional Reviewer Completed 09/27/2018 7:43 AM Procurement Services Ted Coyman Additional Reviewer Completed 09/27/2018 12:56 PM Tourism Jack Wert Director Review Completed 09/27/2018 1:04 PM County Manager's Office Sean Callahan Executive Director- Corp Business Ops Completed 09/27/2018 4:26 PM County Attorney's Office Colleen Greene Level 2 Attorney Review Completed 09/28/2018 9:42 AM County Attorney's Office Debbie Allen CAO Preview Skipped 09/27/2018 11:59 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/28/2018 10:37 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/28/2018 11:21 AM Budget and Management Office Ed Finn Additional Reviewer Completed 10/01/2018 10:15 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 10/02/2018 1:01 PM Board of County Commissioners MaryJo Brock Meeting Pending 10/09/2018 9:00 AM 16.F.4 Packet Pg. 1148 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR TOURISM FULFILLMENT AND CALL CENTER SERVICES SOLICITATION NO.: 18-7281R KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8944 Kristofer.lopez@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.F.4.a Packet Pg. 1149 Attachment: 18-7281R Solicitation (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 18-7281R PROJECT TITLE: Tourism Fulfillment and Call Center Services LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Collier County Tourist Development Council Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for P roposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND The Naples, Marco Island, Everglades Convention & Visitors Bureau (CVB) is a part of Collier County Florida Government and is the marketing arm of the Collier County Tourist Development Council (TDC). The Collier County Tourism Department administers the work of both the TDC and the CVB. The Tourism Department desires to contract with a company to fulfill requests for information, to answer incoming requests for information from toll-free numbers, publication responses, and from the Internet. Fulfillment services include, but are not limited to preparing and distributing tourism literature and storing literature, sp ecialty items provided by the CVB to requestors, maintaining mailing lists and distributing speci al fulfillment projects as assigned by CVB staff and managing a hotel inventory during emergency situations. Vendor should also provide a “Live Chat” feature and live operato r assistance to callers on toll-free numbers and on the various tourism websites. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK FULFILLMENT SERVICES As a part of the tourist fulfillment and storage program, the successful vendor must provide the following: 1. All necessary labor, materials, supplies, and equipment to store all tourism promotional materials, retrieve and process requests for those materials, mail, ship or deliver those promotional materials and respond to a variety of telephone, email or web based inquiries from interested individuals. 2. Provide rates inclusive of all services provided as outlined on the Vendor Bid Schedule. 3. Provide monthly invoices and backup reports outlining the services provided, including, but not limited to: a. Service description b. Quantity of each service c. Unit price of each service d. Extended price of each service e. Total 16.F.4.a Packet Pg. 1150 Attachment: 18-7281R Solicitation (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 4. Provide a storage area that has adequate security measures in place to guarantee the safekeeping of all County documents f rom break-ins, floods, fire and any other natural or unnatural disasters. 5. Provide business service hours between the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. 6. Provide requested fulfillment services to interested individuals within 72 business hours from the initial contact. 7. Provide a monthly summary report of all activities provided in the completion of this contract to the County’s project manager; an annual summary report should be provided to the County’s Purchasing Department at the time of contract renewal. 8. Document five (5) years or more of evidence of the following: a. Provide a brief narrative of the vendor’s understanding of the overall intent of this RFP as well as the methods to be used to provide the required services. Identify any issues or concerns of significance. b. Provide evidence of customer service experience, storage and inventory operation, mail operation, and reporting capability. c. Five (5) references of similar size and scope as to the Collier County project outlined in this RFP. CALL CENTER SERVICES If the vendor wishes to bid on Call Center Services in addition to the above Procurement Services, the vendor must agree to p rovide the following services: 1. Operate a 24-hour, 7 day a week call center located in Florida to answer telephone and on-line requests for information: a. Provide several toll-free phone lines for varied inquiries for information, for promotional information, emergency situation information, sports marketing inquiries, meetings market inquiries, etc. b. Provide Live Chat services to on line inquirers c. Provide call services to area hotels for room availability during emergency situations. d. Maintain scripts for call center staff to answer destination questions e. Provide monthly reports to County of all calls answered, duration of those calls and type of information provided f. Refer questions that call center staff cannot answer to the appropriate County staff members for a response. REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Section 5.0 Grading Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the qualifications proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 Based upon a review of these qualification proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.5 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. 16.F.4.a Packet Pg. 1151 Attachment: 18-7281R Solicitation (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Business Plan 20 Points 4. Cost of Services to the County 20 Points 5. Experience and Capacity of the Firm 20 Points 6. Specialized Expertise of Team Members 20 Points 7. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty -four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Divisio n Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (20 Total Points Available) In this tab, include but not limited to: • Detailed plan of approach (including major tasks and sub-tasks). • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO. 4: COST OF SERVICES TO THE COUNTY (20 Total Points Available) In this tab, include but not limited to: • Provide the detailed cost of each service provided and an hourly cost for special services or projects . • Provide an annual cost for all fulfillment services. • Provide proposed fee schedule of principals and staff (including any sub-vendors if used). • If bidding on call center services, please provide the cost of toll free lines, per call answered, data input cost, cost for emergency situation calls to hotels for availability and reporting those findings. EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE FIRM (20 Total Points Available) In this tab, include but not limited to: • Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members’ successful experience in working with one another on previous projects. 16.F.4.a Packet Pg. 1152 Attachment: 18-7281R Solicitation (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) • Provide three Florida Refences you are currently providing these procurement or call center services to. The County requests that the vendor submits no fewer than five (5) and no more than ten (10) completed reference forms from clients (during which period of time, e.g. 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using form provided in Attachment B – Form 8. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 6: SPECIALIZED EXPERTISE OF TEAM MEMBERS (20 Total Points Available) In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. EVALUATION CRITERIA NO. 7: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector for at least one year prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. 16.F.4.a Packet Pg. 1153 Attachment: 18-7281R Solicitation (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_500,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000_single limit 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. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, 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, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_500,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 16.F.4.a Packet Pg. 1154 Attachment: 18-7281R Solicitation (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award a mount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must s tate the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on beh alf of Collier County. 12. Thirty (30) Days Cancellation Notice required. 1/22/2018 - GG ________________________________________________________________________________________ Name of Firm _______________________________________ Date _____________________ Vendor Signature ____________________________________________________________________ Print Name ____________________________________________________________________ Insurance Agency ____________________________________________________________________ Agent Name _______________________________________ Telephone _________________ 16.F.4.a Packet Pg. 1155 Attachment: 18-7281R Solicitation (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.b Packet Pg. 1156 Attachment: NORA Signed (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1157Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1158Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1159Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1160Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1161Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1162Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1163Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1164Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1165Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1166Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1167Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1168Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1169Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.c Packet Pg. 1170 Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1171Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1172Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1173Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1174Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.cPacket Pg. 1175Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services) 16.F.4.c Packet Pg. 1176 Attachment: 18-7281R Faneuil_Contract_VendSigned with Insurance (6828 : RFP #18-7281R - Tourism Fullfillment and Call Center Services)