FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

Similar documents
THURSDAY, AUGUST 23, 2018 by 2:00PM(EST)

DANIA BEACH COMMUNITY REDEVELOPMENT AGENCY CITY OF DANIA BEACH, FLORIDA REQUEST FOR QUALIFICATIONS FOR REAL ESTATE DEVELOPER-DANIA BEACH CITY CENTER

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR PROPOSALS

SECTION BID FORM

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BIDS (IFB)

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

THIS PAGE INTENTIONALLY LEFT BLANK

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

Invitation to Negotiate

MARYLAND STADIUM AUTHORITY

REQUEST FOR QUALIFICATION STATEMENTS FOR PROFESSIONAL ENGINEERING DESIGN SERVICES PROPOSAL NO

Scott Eagle Attack Thermal Imaging Camera

INVITATION TO BID (ITB)

Florida Gateway College Building 31 Temporary Chemistry Lab Renovations Lake City, Florida FGC Bid Number: ITB No

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

MARYLAND STADIUM AUTHORITY

DOCUMENT BID PROPOSAL

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Request for Quotes GSCRD. Gas Cards. January 21, 2015

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970

Request for Proposal Internet Access Columbus Urban League

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

Bidding Conditions Attachment C

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

October 25, 2018 RFP # REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

INVITATION TO BID CITY OF HOPKINSVILLE

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

CITY OF HOPKINSVILLE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514

Both envelopes must have the following information in the lower left hand corner:

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID ISSUE DATE: January 28, 2014

The Bid Date has changed to 03/16/2010 at 2:30 PM.

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

COMPETITIVE BID FOR 19-HRPPS/MB

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

DESOTO PARK STORMWATER FACILITY

City of Jacksonville Finance Department

Invitation for Bid - Standard Office Furniture / Task Chair

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on December 3, 2018.

Section IV. Bidding Forms

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

Request for Qualifications (RFQ) - NO Engineering Consulting Service

REQUEST FOR QUOTATIONS Crushed Gravel

Golf Course Drive NE and Eagle Street NE Stormwater Improvements Bid No. ITB

TERMS AND CONDITIONS OF THE INVITATION TO BID

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work:

DEAN + TYLER + BURNS ARCHITECTURE

Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

REQUEST FOR PROPOSALS

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

INVITATION FOR BID FOR ELM DRIVE LIFT STATION RELOCATION Y140004

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Q Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Q SharePoint Support Services

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

REQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA

City of Eagle Point 2017 Paving Instruction to Bidders

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

Boise State University. Request for Quote RFQ CF Crowd Control Barriers

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

NOTICE TO BIDDER BID NO Lamont Fire Department Extrication Tools

CENTRAL BEACH TRAIL RECONSTRUCTION Treasure Island, Florida

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

COUNTY OF MERCED REQUEST FOR QUOTATION GENERAL COUNSEL LEGAL SERVICES NO. 7206

REQUEST FOR PROPOSALS AUDIT

PROPOSAL AND BID FORM (Submit in triplicate)

BIDDER QUALIFICATION FORM

Transcription:

SPECIFICATIONS PRINTING OF LETTERHEAD STATIONERY AND BUSINESS CARDS FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 18-STA Return responses no later than FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST): Jacksonville Port Authority Procurement & Contract Services Department ATTN: Jerrie Gunder, Contract Specialist 2831 Talleyrand Avenue Jacksonville, Florida 32206 Phone Number: (904) 357-3455 Jerrie.Gunder@jaxport.com Fax Number: (904) 357-3077

PRINTING OF LETTERHEAD STATIONERY AND BUSINESS CARDS FOR THE JACKSONVILLE PORT AUTHORITY TABLE OF CONTENTS SCOPE OF WORK... 3 QUOTE FORM... 5 EXHIBIT A - Conflict of Interest Certificate.. 9 EXHIBIT B - EXHIBIT C - Sworn Statement on Public Entity Crimes........ E- Verification Certificate............12 ATTACHMENT NO. 01 Logo Documents 13 RFQ 18-STA PAGE 2

SCOPE OF WORK SCOPE OF WORK The Jacksonville Port Authority (JAXPORT) is requesting quotes from qualified firms to provide printing services for JAXPORT stationery, which may include, but is not limited to; letterhead, envelopes, notepads and business cards to be provided on an as-needed basis. Therefore, the purpose of this Request for Quote (RFQ) is to request information about your company s ability to provide these services and to obtain pricing commitments for specifications, listed on this RFQ. AWARD JAXPORT prefers to award this contract to the vendor offering the lowest price consistent with meeting all specifications, terms and conditions set forth in this RFQ. No award will be made until all necessary inquiries have been made into the responsibility of the lowest conforming vendor, and JAXPORT is satisfied that the vendor is qualified to do the work and has the necessary experience, organization, and equipment to perform under the terms of the contract. JAXPORT reserves the right to accept or reject any or all quotes, in whole or in part. There is no obligation to award the RFQ to the lowest proposed offer; JAXPORT reserves the right to award the RFQ to the vendor submitting the quote that JAXPORT, in its sole discretion, determines will be most advantageous and beneficial. JAXPORT will be the sole judge of which quote will be in its best interest and its decision will be final. GENERAL REQUIREMENTS The vendor must have an automated system to create real time proofs and for ordering of letterhead stationery, envelopes, notepads and business cards for the Jacksonville Port Authority. The end user must have the option to print proof real time or email PDF file prior to final approval to receive authorization from requesters. The end user must have access to change the information entered on the order form only. The end user must be able to track orders on-line from order entry to delivery. The vendor must deliver all approved orders received from the end user within 5 7 business days. STATIONARY PACKING REQUIREMENTS The vendor must pack all items per unit of measure as specified. Business Card orders will be boxed ( or 00 cards per box) Letterhead and 2 nd sheet orders to be shrink wrapped or boxed ( sheets per ream) From the Desk of Pads to be shrink wrapped (50 sheets per pad/5 pads per order) Envelope orders will be boxed ( envelopes per box) VENDOR QUALIFICATIONS The vendor must become fully aware of the specifications provided in this RFQ. Failure to do so will not relieve a successful bidder of its obligation to furnish letterhead stationery, envelopes, notepads and business cards in accordance with the terms and conditions of this RFQ. RESPONSIBLE BIDDER CRITERIA In considering the responsibility of bidders, JAXPORT will examine the following factors: A. Bid Price B. Degree of experience in required disciplines and references from customers, C. Adherence to specifications listed on this RFQ. With your quote, please submit a copy of your Company s Occupational License and three corporate references for companies that you have performed similar services. Include a contact person s name, phone number and email address for each reference. RFQ 18-STA PAGE 3

JACKSONVILLE SMALL EMERGING BUSINESS (JSEB) PARTICIPATION It is the official policy of the Jacksonville Port Authority to require the inclusion of firms owned and controlled by Jacksonville Small and Emerging Businesses (JSEBs) certified by the City of Jacksonville in contract awards and projects whenever feasible. Based upon the present availability of JSEBs to perform the type of work required on this contract, there is no JSEB participation goal established for this contract. INSURANCE The contract requires the vendor to provide proof of insurance as follows: Worker s Compensation General Liability $0,000 Automobile Liability $0,000/$300,000 QUESTIONS Any questions regarding this RFQ should be directed to Jerrie Gunder and submitted by email only to jerrie.gunder@jaxport.com. Answers to questions will be released in an Addenda directed to all know prospective bidders. The deadline for questions will be TUESDAY, JANUARY 16, 2018 at 9:00AM (EST). RESPONSE TIME Return quote responses no later than FRIDAY, JANUARY 26, 2018 by 2:00PM (EST) to: Jacksonville Port Authority ATTN: Jerrie Gunder, Contract Specialist 2831 Talleyrand Avenue Jacksonville, FL 32206 PRICES Submit unit cost prices for printing and delivery of letterhead stationery, envelopes, notepads and business cards on an as needed basis. Prices offered shall be firm for a period of one (1) year from award date of this contract. At the sole discretion of JAXPORT the contract may be extended for up to two (2) additional one (1) year periods, based on vendor performance and adherence to prices, terms and conditions of this RFQ. Quotes with incomplete pricing information will be deemed non-conforming. INVOICES All invoices must include at minimum a description, date of service, unit cost and total invoice cost. A. All invoices will reference the Purchase Order number issued by the Authority. An original and one (1) copy will be mailed to: Jacksonville Port Authority ATTN: Accounts Payable P.O. 3005 Jacksonville, FL 32206-3496 B. Invoices will be processed following normal JAXPORT payment procedures, which are 30 days net after receipt of an approved invoice. Special or early payments will not be authorized. WITHDRAWAL OF QUOTES Any quote may be withdrawn by written request of the vendor until the date and time established herein for opening of the quotes. Any quote not timely withdrawn will, upon opening, constitute an irrevocable offer for a period of 90 days (or until one or more of the quotes have been duly accepted by JAXPORT, whichever is later). RFQ 18-STA PAGE 4

QUOTE FORM PRINTING OF LETTERHEAD STATIONERY AND BUSINESS CARDS FOR THE JACKSONVILLE PORT AUTHORITY COMPANY NAME: The Jacksonville Port Authority is requesting quotes from qualified firms to provide printing of letterhead stationery, envelopes, notepads and business cards including all cost associated with the initial typesetting, logo set-up, delivery and associated cost. SCOPE OF SERVICES Submit unit cost prices for printing letterhead stationery, envelopes, notepads and business cards on an asneeded basis as per specs (see Attachment No. 01, RFQ pages 13-17). BID ITEM NO. ESTIMATED ANNUAL QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE TOTAL PRICE 1. 25 BUSINESS CARD #1A FLAT PRINTING - Standard Business Cards 00 - Blue Lettering & Logo As Per Specs - Card Stock Cougar Smooth, White, 80# 2. 25 BUSINESS CARD #1B FLAT PRINTING - Standard Business Cards - Blue Lettering & Logo As Per Specs - Card Stock Lynx Smooth Opaque, White, 0# 00 3. 5 BUSINESS CARD #2 RAISED INK - Executive Business Cards 00 - Blue Raised Lettering & Logo As Per Specs - Card Stock Linen, White, 0# 4. 5 2 BUSINESS CARD #3 FLAT PRINTING - (2 SIDED) - Marketing & Sales Business Cards 00 - Blue Lettering, Logo & QR Code As Per Specs - Card Stock Lynx Smooth Opaque, White, 0# 5. sets Set 5 Pads NOTEPADS 5.5 x 8.5 - Blue Lettering & Logo As Per Specs - 5 Pads With 50 Sheets Per Pad - Cougar Smooth, White, 80# RFQ 18-STA PAGE 5

BID ITEM NO. EST. ANNUAL QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE TOTAL PRICE 6. 20 reams Ream LETTERHEAD 8 ½ X 11 - Blue Lettering & Logo As Per Specs - Classic Columns - Bright White Recycled 24# 7. 5 reams Ream LETTERHEAD 2 ND SHEET - Classic Columns - Bright White Recycled 24# 8. ENVELOPES # (for letterhead) - Blue Lettering & Logo As Per Specs - Classic Columns - Bright White Recycled 24# 9. ENVELOPES # WINDOW - color logo as per specs. ENVELOPES # STANDARD WHITE - color logo as per specs 11. ENVELOPES #9 WINDOW - color logo as per specs 12. ENVELOPES 14½ x 11½ KRAFT - black color logo as per specs 13. ENVELOPES 14½ x 11½ WHITE - color logo as per specs 14. ENVELOPES 9½ x 12½ KRAFT - black color logo as per specs 15. 5 NOTE CARDS 4 ¼ x 6 1/2 - Blue Lettering & Logo As Per Specs - Classic Columns 16. 5 NOTE CARD ENVELOPES A6 WHITE - Blue Color Logo As Per Specs - White A6 Envelopes - 4 3/4 x 6 1/2 EXTENDED GRAND TOTAL: The following item must be submitted with the Quote Form: Name, phone number and email address for three (3) customer references Submit samples of each product (without printing layout); label each with the Size, Type, and Bid Item No. RFQ 18-STA PAGE 6

GENERAL REQUIREMENTS The vendor must have an automated system to create real time proofs and for ordering of letterhead stationery, envelopes, notepads and business cards for the Jacksonville Port Authority. The end user must have the option to print proof real time or email PDF file prior to final approval to receive authorization from requesters. The end user must have access to change the information entered on the order form only. The end user must be able to track orders on-line from order entry to delivery. The vendor must deliver all approved orders received from the end user within 5 7 business days. STATIONARY PACKING REQUIREMENTS The vendor must pack all items per unit of measure as specified. Business Card orders will be boxed ( or 00 cards per box) Letterhead and 2 nd sheet orders to be shrink wrapped or boxed ( sheets per ream) From the Desk of Pads to be shrink wrapped (50 sheets per pad/5 pads per order) Envelope orders will be boxed ( envelopes per box) Return responses no later than FRIDAY, JANUARY 26, 2018 by 2:00PM (EST) to: Jacksonville Port Authority Jerrie Gunder, Contract Specialist 2831 Talleyrand Avenue Jacksonville, FL 32206 Jerrie.Gunder@jaxport.com Phone: (904) 357-3455 ACKNOWLEDGEMENTS Acknowledgement of the following addenda is hereby made: Addendum No 1: Date: Bidder's Init.: Addendum No 2: Date: Bidder's Init.: RFQ 18-STA PAGE 7

Authorized Agent Acknowledgement: I hereby acknowledge, as Vendor s authorized agent that I have fully read and understand all terms and conditions as set forth in this Quote and will fully comply with such terms and conditions. Date: Company Name: Authorized Agent s Name: Title: Authorized Agent s Email Address: Vendor is a (check one): Corporation Partnership Individual Federal Identification Number: Remittance Address: Telephone Number: Fax Number: RFQ 18-STA PAGE 8

EXHIBIT A CONFLICT OF INTEREST CERTIFICATE Bidder must execute either Section I or Section II hereunder relative to Florida Statute 112.313(12). Failure to execute either section may result in rejection of this quote/proposal. SECTION I I hereby certify that no official or employee of JAXPORT requiring the goods or services described in these specifications has a material financial interest in this company. Signature Name of Official (type or print) Company Name Business Address City, State, Zip Code SECTION II I hereby certify that the following named JAXPORT official(s) and/or employee(s) having material financial interest(s) (in excess of 5%) in this company have filed Conflict of Interest Statements with the JAXPORT Office of the Executive Director, 2831 Talleyrand Avenue, Jacksonville, Florida 32206, prior to the time of bid opening. Name Title or Position Date of Filing Signature Print Name of Certifying Official Company Name Business Address City, State, Zip Code PUBLIC OFFICIAL DISCLOSURE JAXPORT requires that a public official who has a financial interest in a bid or contract make a disclosure at the time that the bid or contract is submitted or at the time that the public official acquires a financial interest in the quote or contract. Please provide disclosure, if applicable, with bid. Public Official Position Held Position/Relationship with Bidder RFQ 18-STA PAGE 9

EXHIBIT B SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to (print name of the public entity) by (print individual s name and title) for (print name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:.) 2. I understand that a public entity crime as defined in Paragraph 287.133(1) (g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that convicted or conviction as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an affiliate as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term affiliate includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a person as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term person includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Indicate which statement applies.) Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July 1, 1989. RFQ 18-STA PAGE

The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (signature) (date) STATE OF COUNTY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed (name of individual signing) his/her signature in the space provided above on this day of, 20. My commission expires: NOTARY PUBLIC RFQ 18-STA PAGE 11

EXHIBIT C ACKNOWLEDGEMENT AND ACCEPTANCE OF E VERIFY COMPLIANCE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION In accordance with the Governor of Florida, Executive Order Number 11-02 (Verification of Employment Status), whereas, Federal law requires employers to employ only individuals eligible to work in the United States; and whereas, the Department of Homeland Security s E-Verify system allows employers to quickly verify in an efficient and cost effective manner; The Contractor agrees to utilize the U.S. Department of Homeland Security s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the contract. Contractors must include in all subcontracts the requirement that all subcontractors performing work or providing goods and services utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. The Contractor further agrees to maintain records of its participation and compliance and its subcontractor s participation and compliance with the provisions of the E-Verify program, and to make such records available to JAXPORT upon request. Failure to comply with this requirement will be considered a material breach of the contract. By signing below, I acknowledge that I have reviewed, accept and will comply with the regulations pertaining to the E Verify program. Company Name Name of Official (Please Print) Signature of Principal Title: Date RFQ 18-STA PAGE 12

RFQ 18-STA PAGE 13 BID ITEM # 1 Business Card #1A Cougar Smooth, White, 80#, 281 Blue BID ITEM # 2 Business Card #1B Lynx Smooth Opaque Cover, White 0#, 281 Blue BID ITEM # 3 Business Card #2 (Raised Ink) Linen, White 0#,, 281 Blue BID ITEM # 4 Business Card #3 (2 Sided) Lynx Smooth Opaque Cover White 0# 281 Blue BID ITEM # 5 5.5 x 8.5 Notepad Cougar 80# text 277 Blue, 281 Blue W/Bleeds

RFQ 18-STA PAGE 14 BID ITEM # 6 Letterhead Classic Columns Writing Bright White Recycled 24# 277 Blue, 281 Blue W/Bleeds BID ITEM #8 # Envelope Classic Columns Bright White Recycled 24# 277 Blue, 281 Blue W/Bleeds P.O. 3005 2831 Talleyrand Avenue Jacksonville, FL 32206-0005

ATTACHMENT NO. 01 BID ITEM # 9 # Standard Envelope (Window) Bright White, Recycled 24# 277 Blue, Window BID ITEM # # Standard Envelope Bright White, Recycled 24# 277 Blue BID ITEM #11 #9 Standard Envelope (Window) Bright White, Recycled 24# 277 Blue RFQ 18-STA PAGE 15

RFQ 18-STA PAGE 16 BID ITEM #12 ENVELOPE # 14 1/2 Kraft, Black Ink 2831 Talleyrand Ave Jacksonville, FL 32206 BID ITEM #13 ENVELOPE # 14 1/2 White, 281 Blue Ink 2831 Talleyrand Ave Jacksonville, FL 32206 BID ITEM #14 ENVELOPE # 12 1/2 Envelope Kraft, Black Ink 2831 Talleyrand Ave Jacksonville, FL 32206

ATTACHMENT NO. 01 BID ITEM #15 NOTE CARDS 4.25 X 6.5, Classic Columns Bright White Recycled 80# 277 Blue BID ITEM #16 NOTE CARD ENVELOPES 4.1 x 5.8, Classic Columns Bright White, 277 Blue PAGE 17 RFQ 18-STA