Backup Documents 02/10/2026 Item #16F 3 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 16f 3
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
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 Attorney
Office no later than Monday preceding the Board meeting.
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#2,complete the checklist,and forward to the County Attorney Office.
Route to Addressee(s) (List in routing order) Office Initials Date
1. Risk Risk Management ��-
2. County Attorney's Office County Attorney's Office
1� 2/i3/Z6
4. BCC Office Board of County
Commissioners Dk r/ 2/1 g
4. Minutes and Records Clerk of Court's Office
9- ,.71/421.,
5. Procurement Services Procurement Services
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 Staff Francheska Correa/Procurement Contact Information 239-252-6020
Contact/Depat tment
Agenda Date Item was February 10,2026 Agenda Item Number 16.F.3
Approved by the BCC
Type of Document Agreement Number of Original 1
Attached Documents Attached
PO number or account N/A 25-8406 The Pittsburgh Paints
number if the Paint and Related Items Co.
document is to be
recorded
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? STAMP OK N/A
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. The original document has been signed/initialed for legal sufficiency. (All documents to FC
be 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 FC
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 FC
signature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip N/A
should be provided to the County Attorney's Office at the time the item is input into SIRE.
Some documents are time sensitive and require forwarding to Tallahassee within a certain cLD
time frame,or the BCC's actions are nullified. Be aware of your deadlines!
8. The document was approved by the BCC on February 10,2026,and all changes made N/A is not
during the meeting have been incorporated in the attached document. The County c L ;) an option for
Attorney's Office has reviewed the changes,if applicable. 1 this line.
9. Initials of attorney verifying that the attached document is the version approved by the N/A is not
BCC,all changes directed by the BCC have been made, and the document is ready for the C(D an option for
Chairman's signature. this line.
i6F3
FIXED TERM SERVICE AGREEMENT
##25-8406
for
PAINT AND RELATED ITEMS
THIS AGREEMENT, made and entered into on this I 0 day of Aebniaril 20'L,(p ,
by and between The Pittsburgh Paints Co.
authorized to do business in the State of Florida, whose business address is
400 Bertha Lamme Drive Cranberry Township,PA. 16066 (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 ❑■ upon the date of Board approval; of❑ OR and
terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase
Order(s) 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
one ( 1 ) additional two ( 2 ) year(s) 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
issuance of a ❑■ Purchase Order ❑Notice to Proceed.
3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the
terms and conditions of❑ Request for Proposal (RFP) Invitation to Bid (ITB)
❑Other ( )## 25-8406 , including
all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to
herein and made an integral part of this Agreement.
❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of
Services attached hereto.
Page 1 of 18
Fixed Term Service Agreement
[2025_ver.2]
{fit)
F.;
3.1 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
this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price
methodology as defined in Section 4.1. Payment will be made upon receipt of a proper
invoice and upon approval by the County's Contract Administrative Agent/Project
Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local
Government Prompt Payment Act".
4.1 Price Methodology (as selected below):
❑ 1 ump Sup'+'+ (Fixed Price): A firm fixed total price offering fora pro a t• the risk c re
r �� � ava ,
transferred from the County to the contractor; and, as a busincoc practice there arc no
,t,erial ted ther the - ct ust T, �
crrai--irr�91E�f3fe£rE�}cca�—ra'ci�'cr�r�, c "` Y
satisfaction of the County's project manager before-payment-for-the-keel price eentr-aet
is authorized.
of ho Ire times ,ly-rate\ nd for aterials and } sed th t / } f
materials plus the contractor's markup). This methodology is generally used in projects in
which it is not possible to acc Irately a timate the size of the project or h 't ' e o ted
,
these contracts include back up documentation of costs; invoices would include number
or payroll records), material or equipment invoices, and other reimbursable
documentation for the project.
• Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs,
including labor, materials, equipment, overhead, etc.) for a repetitive product or service
delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The
invoice must identify the unit price and the number of units received (no contractor
inventory or cost verification).
4.2 Any County agency may obtain 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 "laches"
as untimely submitted. Time shall be deemed of the essence with respect to the timely
submission of invoices under this Agreement.
Page 2 of 18
Fixed Term Service Agreement
[2025 ver.2]
CAO
6F3
4.4 The County, or any duly authorized agents or representatives of the County, shall
have the right to conduct an audit of Contractor's books and records to verify the accuracy
of the Contractor's claim with respect to Contractor's costs associated with any Payment
Application, Change Order, or Work Directive Change.
4.5 Ft (check applicable) Travel nd Re mbursable Expense , Travel and
if a.l.eN��vawwi�a.� ..u.�..
expenses shall be reimbursed as per Section 112.061 Fla. Stats.
Reimbursements-shall-be at the following rates:
Mileage $0.44.5 per mile
Breakfast $6.00
L $11.00
^Dinner $49 08
Airfare nctt gal ticket coat limited to touris♦ a eh class fare
au awe uv�ava a III I IllaeM av ro
Rental car Actual rental coot limiter) to a ct a standard c ze
vehicico
Lodging Actual cost of lodging at single occupancy rate with a
cap of no more than $150.00 per night
Barking Actual cost of parking
Tier* ti Actual cost of either taxi or
Reimbursable items other than travel expenses shall be limited to the following: telephone
long-distance charges, fax charges, photocopying charges and postage. Reimbursable
items will be paid only after Contractor has provided all receipts. Contractor shall be
responsible for all other costs and expenses associated with activities and solicitations
undertaken pursuant to 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 vendors under Chapter 212, Florida
Statutes, Certificate of Exemption # 85-8015966531C.
6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if
mailed or emailed to the Contractor at the following:
Company Name: The Pittsburgh Paints Company
Address: 400 Bertha Lamme Drive
Cranberry Township, PA. 16066
Authorized Agent: Brian Carson
Attention Name & Title: Brian Carson
Telephone: 877-774-3131
E-Mail(s): bcarson@pittsburghpaints.com
Page 3 of 18
Fixed Term Service Agreement
[2025 ver.2]
CAO
16 F'
All Notices from the Contractor to the County shall be deemed duly served if mailed or
emailed to the County to:
Board of County Commissioners for Collier County, Florida
Division Name: Facilities Management Division
Division Director: Brian Delony
Address: 3335 Tamiami Trail East
Naples,FL 34112
Administrative Agent/PM: Todd Fiedorowicz
Telephone: 239-252-5857
E-Mail(s): todd.fiedorowicz@collier.gov
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.
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
Page 4 of 18
Fixed Term Service Agreement
[2025_ver.2]
CAO
16F3
the suspension period until the violation has been corrected to the satisfaction of the
County.
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 the
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 or any other class protected by federal or Florida
law.
12. INSURANCE. The Contractor shall provide insurance as follows:
A. n Commercial General Liability: Coverage shall have minimum limits of
$ 1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability
and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply
per project. This shall include Premises and Operations; Independent Contractors;
Products and Completed Operations and Contractual Liability.
B. I■1 Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000
Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage
Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and
Employee Non-Ownership.
C. n 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$
for-each-accident.
❑ Professional Liabilityj Shall be maintained by the Contractor to ensure its legal
liability for claims arising out of the performance of profs cional cervices under this
Agreement. Contractor waives its right of recovery against County as to any claims under
this insurance. Such insurance shall have limits of not Ica; than $ each
claim and aggregate.
& ❑ Cybcr L' b'i'ty: Coverage shall have minimum limits of $ per
claim.
Page 5 of 18
Fixed Term Service Agreement
[2025 ver.2]
16F:
F-❑ : Covcragc
shall havc minimum limits of$ per claim.
G. ❑■ Pollution : Coverage
shall have minimum limits of$ t,000,000 per elaim/Occurrence.
w ❑ : CGvcragc
shall havc minimum limits of$ per claim/Occurrcncc.
Special Requirements: Collier County Board of County Commissioners, OR, Board of
County Commissioners in Collier County, OR, Collier County Government shall be listed
as the Certificate Holder and included as an "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 Contractor's policy shall be
endorsed accordingly.
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 thirty (30) days prior to any expiration
date. Coverage afforded under the policies will not be canceled or allowed to expire until
the greater of: thirty (30) 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 Contractor 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 the Contractor is required to meet.
13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor
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, 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.
Page 6 of 18
Fixed Term Service Agreement
[2025_ver.2]
CAO
I6F3
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's 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 Facilities Management 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 Services,
Exhibit B Fee Schedule, ❑ RFP/❑■ ITB/I I Othcr
#25-8406 including Exhibits, Attachments and Addenda/Addendum, ❑ cubccqucnt
quotes, and*Exhibit C: Affidavit Regarding Labor and Services
17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to
the terms of this Agreement.
18. 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.
19. 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 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.
20. 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
Page 7 of 18
Fixed Term Service Agreement
[2025_ver.2]
CAO
I6F3
located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be
amended, as well as the requirements set forth in Florida Statute, §448.095; 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, if applicable, including specifically those contractual requirements at F.S. §
119.0701(2)(a)-(b) as stated as follows:
IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS
QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT:
Division of Communications, Government and Public Affairs
3299 Tamiami Trail East, Suite 102
Naples, FL 34112-5746
Telephone: (239) 252-8999
Email: PublicRecordRequest@collier.gov
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 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
Page 8 of 18
Fixed Term Service Agreement
[2025_ver.2]
1 6F3
referenced herein shall constitute a breach of this Agreement and the County shall have
the discretion to unilaterally terminate this Agreement immediately.
21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County
encourages and agrees to the successful Contractor extending the pricing, terms and
conditions of this solicitation or resultant Agreement to other governmental entities at the
discretion of the successful Contractor.
22. PAYMENTS WITHHELD. The County may decline to approve any application for
payment, or portions thereof, because of defective or incomplete work, subsequently
discovered evidence or subsequent inspections. The County may nullify the whole or any
part of any approval for payment previously issued and the County may withhold any
payments otherwise due to Contractor under this Agreement or any other Agreement
between the County and Contractor, to such extent as may be necessary in the County's
opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party
claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of
Contractor to make payment properly to subcontractors or for labor, materials or
equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance
of the Contract Amount; (e) reasonable indication that the Work will not be completed
within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or
(g) any other material breach of the Contract Documents.
If any conditions described above are not remedied or removed, the County may, after
three (3) days written notice, rectify the same at Contractor's expense. The County also
may offset against any sums due Contractor the amount of any liquidated or unliquidated
obligations of Contractor to the County, whether relating to or arising out of this Agreement
or any other Agreement between Contractor and the County.
If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark-
up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary
of the Company and any business, corporation, partnership, limited liability company or
other entity in which the Company or Parent or a Subsidiary of the Company holds any
ownership interest, directly or indirectly.
23. ❑ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris,
rubbish and waste materials arising out of the Work. At the completion of the Work,
Contractor shall remove all debris, rubbish and waste materials from and about the Project
site, as well as all tools, appliances, construction equipment and machinery and surplus
materials, and shall leave the Project site clean.
24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES.
The Contractor shall employ people to work on County projects who are neat, clean,
well-groomed and courteous. Subject to the American with Disabilities Act, Contractor
shall supply competent employees who are physically capable of performing their
employment duties. The County may require the Contractor to remove an employee it
deems careless, incompetent, insubordinate or otherwise objectionable and whose
continued employment on Collier County projects is not in the best interest of the County.
Page 9 of 18
Fixed Term Service Agreement
[2025_ver.2]
CAO
16F3
25. ❑■ WARRANTY. Contractor expressly warrants that the goods, materials and/or
equipment covered by this Agreement will conform to the requirements as specified, and
will be of satisfactory material and quality production, free from defects, and sufficient for
the purpose intended. Goods shall be delivered free from any security interest or other
lien, encumbrance or claim of any third party. Any services provided under this Agreement
shall be provided in accordance with generally accepted professional standards for the
particular service. These warranties shall survive inspection, acceptance, passage of title
and payment by the County.
Contractor further warrants to the County that all materials and equipment furnished under
the Contract Documents shall be applied, installed, connected, erected, used, cleaned
and conditioned in accordance with the instructions of the applicable manufacturers,
fabricators, suppliers or processors except as otherwise provided for in the Contract
Documents.
If, within one (1) year after final completion, any Work is found to be defective or not in
conformance with the Contract Documents, Contractor shall correct it promptly after
receipt of written notice from the County. Contractor shall also be responsible for and pay
for replacement or repair of adjacent materials or Work which may be damaged as a result
of such replacement or repair. These warranties are in addition to those implied
warranties to which the County is entitled as a matter of law.
26. ■❑ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws,
ordinances, rules or regulations of any public authority having jurisdiction over the Project
requires any portion of the Work to be specifically inspected, tested or approved,
Contractor shall assume full responsibility therefore, pay all costs in connection therewith
and furnish to the County the required certificates of inspection, testing or approval. All
inspections, tests or approvals shall be performed in a manner and by organizations
acceptable to the County.
27. ■❑ PROTECTION OF WORK.
A. Contractor shall fully protect the Work from loss or damage and shall bear the cost
of any such loss or damage until final payment has been made. If Contractor or
anyone for whom Contractor is legally liable is responsible for any loss or damage
to the Work, or other work or materials of the County or County's separate
contractors, Contractor shall be charged with the same, and any monies necessary
to replace such loss or damage shall be deducted from any amounts due Contractor.
B. Contractor shall not load nor permit any part of any structure to be loaded in any
manner that will endanger the structure, nor shall Contractor subject any part of the
Work or adjacent property to stresses or pressures that will endanger it.
C. Contractor shall not disturb any benchmark established by the County with respect
to the Project. If Contractor, or its subcontractors, agents or anyone, for whom
Contractor is legally liable, disturbs the County's benchmarks, Contractor shall
immediately notify the County. The County shall re-establish the benchmarks and
Contractor shall be liable for all costs incurred by the County associated therewith.
Page 10 of 18
Fixed Term Service Agreement
[2025 ver.2]
CAO
16F3
28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from
specifications shall be approved in writing by the County in advance.
29. CHANGES IN THE WORK. The County shall have the right at any time during the
progress of the Work to increase or decrease the Work. Promptly after being notified of a
change, Contractor shall submit an estimate of any cost or time increases or savings it
foresees as a result of the change. Except in an emergency endangering life or property,
or as expressly set forth herein, no addition or changes to the Work shall be made except
upon modification of the Purchase Order by the County, and the County shall not be liable
to the Contractor for any increased compensation without such modification. No officer,
employee or agent of the County is authorized to direct any extra or changed work orally.
Any modifications to this Agreement shall be in compliance with the County Procurement
Ordinance and Procedures in effect at the time such modifications are authorized.
30. 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.
31. 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.
32. 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.
33. 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.
34. ❑ KEY PERSONNEL. The Contractor's personnel and management to be utilized for
this project 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
persoAs will be utilized in the pcfformancc of the Agreement. The Contractor shall assign
Page 11 of 18
Fixed Term Service Agreement
[2025_ver.2]
CA(
I6F
as many people as necessary to complete the services on a timely basis, and such person
dates. The Contractor shall not change Key Personnel unless the following conditions arc
met: (1) Proposed replacements have substantially the same or bcttcr qualifications
and/or experience. (2) that the County is notified in writing as far in advance as possible.
The Contractor shall make commerc Illy r asonable efforts to notify Collier County with
coven (7) days of the change. The County rcrairs firm) approval of proposed rop;cccmcnt
personnel.
• 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
shall assign as many people as necessary to complete required services on a timely basis,
and each person assigned shall be available for an amount of time adequate to meet
required services.
35. I. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms
of any of the Contract Documents, the terms of solicitation the Contractor's Proposal,
and/or the County's Board approved Executive Summary, the Contract Documents shall
take precedence.
ORDER OF PRECE
among of any of the Contract Documents and/or the County's Board approved
Executive Summary, the terms of the Agreement shall take precedence over the terms of
all other Contract Documents,except the terms of any Supplemental Conditions shall take
flict in the terms of the Contract
Documents cannot be resolved by application of the Supplemental Conditions, if any, or
the Agreement, the conflict shall be resolved by imposing the more strict or costly
36. 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.
37. 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
Page 12 of 18
Fixed Term Service Agreement
[2025_ver.21
CAO
i6F3
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-FMOPSRcollier.gov) 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.
Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being
performed in any of their locations. This will be coordinated upon award of the contract. If
there are additional fees for this process, the Contractor is responsible for all costs.
38. PSAFETY. All Contractors and subcontractors performing service for Collier County are
required and shall comply with all Occupational Safety and Health Administration (OSHA),
State and County Safety and Occupational Health Standards and any other applicable
rules and regulations. Also, all Contractors and subcontractors shall be responsible for
the safety of their employees and any unsafe acts or conditions that may cause injury or
damage to any persons or property within and around the work site.
Collier County Government has authorized the Occupational Safety and Health
Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way
for the purpose of inspection of any Contractor's work operations. This provision is non-
negotiable by any division/department and/or Contractor. All applicable OSHA inspection
criteria apply as well as all Contractor rights, with one exception. Contractors do not have
the right to refuse to allow OSHA onto a project that is being performed on Collier County
Property. Collier County, as the owner of the property where the project is taking place
shall be the only entity allowed to refuse access to the project. However, this decision
shall only be made by Collier County's Risk Management Division Safety Manager and/or
Safety Engineer.
(Intentionally left blank-signature page to follow)
Page 13of18
Fixed Term Service Agreement
[2025_ver.21
�Y AJ
16F3
IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed
this Agreement on the date and year first written above.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Crystal K. Kinzel, Clerk of the Circuit COLLIER COUNTY, FLORIDA
Court and Comptroller
By. t By:
etas to Chairman's Dan Kowal airman
.,Dated:
�� '�`,���iDnatura only
(SAi°Lfi,',c
k ; i�°) The Pittsburgh Paints Co.
Contractor's Witnesses: Contractor
Al.„1/40 , c). By: C---Q--. 1 er"
Contractor's First Witness Signature
Charles Hobson / National Sales
Gabriel Sandoval
:Type/print signature and titleT
TType/print witness nameT
li 3%A-44-61-)°2--
C ntracto Second Witness
Jennifer Sandoval
TType/print witness nameT
Approved as to Form and Legality:
i)
County Attorney
( ,)„,,,,wa.D
Print Name I2/1112c
Page 14 of 18
Fixed Term Service Agreement
[2025_ver,2]
CAO
6F3
Exhibit A
Scope of Services
❑■ following this page (containing 3 pages)
❑ this exhibit is not applicable
Page 15 of 18
Fixed Term Service Agreement
[2025_ver.2]
CAU
t6F3
Exhibit A- Scope of Services
25-8406 "Paint and Related Items"
1.Products
1.1.General Requirements
1.1.1.All bidders must provide a percentage discount off the Vendor's retail pricing list for each paint and
coating category,which shall include each container size,quart,gallon,5-gallon,etc.,offered at retail price
under each category listed in the bid schedule and as noted in Section 1.2.
1.1.2.All bidders shall specify the paint or coating manufacturer and corresponding Vendor's catalog number
in the`Manufacturer'and`Paint#'column of the bid schedule.
1.1.3.The paint and coating offered must be the top-tier product line from the stated manufacturer.
1.1.4.The County may request product samples for testing at no cost to the County.
1.2.Paints and Coatings-Product Categories represented below are the general categories of paint commonly used
by the County and include all products that fall within each category.
1.2.1.Architectural Paints&Coatings,including but not limited to Interior&Exterior Paints,Primers,
Wood Stains&Finishes,Sealcoats/Topcoats,and Varnishes for various surfaces.
1.2.2.Industrial Paints&Coatings,including but not limited to Paints,Primers,Concrete&Masonry
Products,and Aerosols for various surfaces.
1.2.3.Specialty Paints&Coatings,including but not limited to Additives,Adhesives,Aerosols,Asphalt,
Caulk&Sealants,Cleaners,Colorant,Epoxy,Enamels,Glosses,Grass Marking,Patch&Repair,
Porch/Garage Paints,Stripper/Removers,Concrete&Masonry Products,Thinners,Waterproofing,etc.
1.2.4.Automotive Paints&Coatings,including but not limited to Additives,Cleaners,Clearcoats,
Hardeners,Primers,Reducers,Solvents,Thinners,Toners,Undercoats,etc.
1.3. Related Items
1.3.1.Supplies shall encompass a comprehensive range of materials,tools,and equipment essential for
painting,surface preparation,and related tasks.This includes,but is not limited to,various types of
applicators,protective coverings,paint brushes,drop cloths/tarps,liners,pails/buckets/trays,sandpaper and
abrasives,paint tapes,rags,adhesives,and cleaning materials necessary to ensure efficient and professional
execution of work.All supplies shall be of commercial-grade quality,suitable for professional use,and
compliant with industry standards and project specifications.
1.3.2.Equipment and accessories shall encompass a broad range of tools,machinery,and devices essential
for painting,surface preparation,and related tasks.This includes,but is not limited to,application tools,
power-operated devices,lifting and access equipment,and safety apparatus to facilitate efficient and
professional execution of work.All equipment shall be of commercial-grade quality,suitable for
professional use,and compliant with industry standards and project specifications.
2.Delivery,Pick up,and Return
2.1.Unless otherwise requested,orders will be picked up and returned by the County.
Page 1 of 3
EXHIBIT A-SCOPE OF SERVICES
CAO
16F3
2.2.If delivery is requested,the Vendor's delivery driver shall unload the items at the agreed-upon delivery
location between 7:30 AM and 4:00 PM Monday through Friday,excluding weekends and County observed
holidays.
2.3.Orders with requested delivery shall be completed within three(3)business days after electronic
receipt of the order placed by the Division Representative or designee.
2.4.The Vendor shall pick up or accept the return of any items within three(3)business days of receiving a
notification indicating something was incorrectly shipped,ordered,or delivered in an unsafe or damaged
condition,at no cost to the County.
2.5.Delivery charge on the bid schedule shall encompass all locations within the County.
3.Minimum Requirements
3.1.The Vendor must maintain an established retail location with a service counter within ten(10)miles of
the Collier County Government Complex,located at 3301 Tamiami Trail E.,Naples,FL 34112.
4.Records and Documentation
4.1.Safety Data Sheet:Vendor shall provide a Safety Data Sheet(SDS)for all paint purchases at the time
of purchase or delivery,as required by applicable federal,state,or local laws.
5.General Information
5.1.No minimum order quantities shall apply.
5.2.Warranty 5.2.1.The Vendor shall provide the full manufacturer's warranty against defects on all paint
and related items furnished.The warranty shall start on the date of the delivery,if applicable,and
acceptance by the County.
5.3.The County shall receive any additional discounts,specials,or promotions offered by the Vendor
during the term of the awarded agreement if they result in a lower cost to the County.
6. Invoicing and Markups
6.1.Each invoice must include a purchase order number.Invoices shall be itemized and detailed,including
the manufacturer,material ordered,unit of measure,quantity ordered,retail list price,county price,and the
percentage off.
6.2.The work order/task number shall appear on each invoice if applicable.
6.3.The vendor shall be responsible for providing and maintaining its current published retail list price on
its website,in a published catalog,or by other methods that the County,at its sole discretion,has authorized
for use,and at no cost to the County.This ensures that County staff can verify the applicable discounted
pricing.
6.4.Verification of the retail list price,as outlined in Section 6.3,will only be required for individual line
items with an extended total of$100 or more.If the retail list price is not verifiable through the sources
specified,the vendor shall provide the retail list price documentation.
Page 2 of 3
EXHIBIT A—SCOPE OF SERVICES
CAO
F3
6.5.No sales transactions shall occur without either a valid purchase order number(including blanket
purchase orders previously provided to the vendor)or a Collier County Purchasing Card being presented at
the time of purchase.
7.Price Modifications
7.1.The Vendor should notify the County in writing via email within two(2)weeks of a retail list price
change.
7.2.Vendor's retail list price changes shall not affect the agreed-upon discount percentages.
Page 3 of 3
EXHIBIT A—SCOPE OF SERVICES
CAO
16F3
Exhibit B
Fee Schedule
following this page (containing pages)
Page 16 of 18
Fixed Term Service Agreement
[2025ver.2]
CAO
F
25-8406 Paint&Related Items
Exhibit B-Fee Schedule
Price Offered
Item Cate(<oey Product Unit of Measure Manufacturer Paint 9 %Discount (After
Discount)
1.1 Interior Latex,Eggshell Finish I Gallon PITTSBUGH PAINTS 6411ro1 $ 20.44
1.2 Interior Latex,Eggshell Finish 5 Gallon PITTSBUGH PAINTS 6411/O5 $ 99.81
600
ARCHITECTURAL PAINTS&COATINGS -
1.3 Interior/Exterior Primer,Water-Based 1 Gallon PITTSBUGH PAINTS 17100am $ 19.63
1.4 Interior/Exterior Primer,Water-Based 5 Gallon PITTSBUGH PAINTS 17-10°m05 $ 98.18
2.1 Epoxy Coating,Two-Part I Gallon PITTSBUGH PAINTS'h-n'Oo $ 160.35
2.2 Epoxy Coating,Two-Part 5 Gallon AK2-T2A/30
INDUSTRIAL PAINTS&COATINGS PITTSBUGH PAINTS 60% $ 393.18
2.3 Direct-to-Metal Acrylic Coating I Gallon PITTSBUGH PAINTS 90-711'O1 $ 29.20
2.4 Direct-to-Metal Acrylic Coating 5 Gallon ri T rSBUGH PAINTS 9oa12N5 $ 140.18
3.1 Anti-Graffiti Coating,Clear 1 Gallon RAINGUARD RIP00003/EA $ 66.40
3.2 Anti-Graffiti Coating,Clear 5 Gallon RAINGUARD Ri00000LEA $ 325.45
SPECIALITY PAINTS&COATINGS 30%
16-u1a01
3.3 Anti-Mold/Mildew Paint Interior 1 Gallon PITTSBUGH PAINTS $ 71.87
3.4 Anti-Mold/Mildew Paint Interior 5 Gallon PITTSBUGH PAINTS 16-1310/05 $ 355.17
4.1 Automotive Primer,Gray I Gallon PITTSBUGH PAINTS GMFtO23/51 $ 7.34
4.2 Automotive Primer,Gray 5 Gallon PITTSBUGH PAINTS GMFIO23/51 $ 7.34
AUTOMOTIVE PAINTS&COATINGS 30%
4.3 Wheel Paint,Silver 1 Gallon PITTSBUGH PAINTS GMFIO25/54 $ 7.34
4.4 Wheel Paint,Silver 5 Gallon PITTSBUGH PAINTS GMFI025/54
$ 7.34
Pursuant to Exhibit A-Scope of Services,the Parties agree to accept a retail list price change within two(2)weeks of change.Price list shall be provided to the Contract
Administrator or designee and will not require an Amendment.
Vendor's retail list price changes shall not affect the agreed upon discount percentages.
Item Product Flat Delivery Fee(Per Order)
5 Delivery Charge No Charge
Item Product %Discount
Percent discount off retail list price for
6 all painting related supplies.
30"0
Percent discount off retail list price for
7 all painting related equipment and
assessories.
10%
CAO
t6F3
Exhibit C
Affidavit Regarding Labor and Services
following this page
Page 17 of 18
Fixed Term Service Agreement
[2025_ver.2]
CAO
6F3
AFFIDAVIT REGARDING LABOR AND SERVICES
AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED
Effective July 1, 2024, pursuant to § 787.06(13),Florida Statutes,when a contract is executed, renewed, or extended between a
nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an
affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the
nongovernmental entity does not use coercion for labor or services.
Effective January I,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with
an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the
government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet
any of the following criteria: (a)the entity is owned by the government of a foreign country of concern;(b)the government of a
foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal
place of business in a foreign country of concern.
Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access
to an individual's personal identifying information, the entity must provide the governmental entity with an affidavit signed by an
officer or representative of the entity under penalty of perjury attestingthat the entity does not meet any of the criteria in paragraphs
(2)(a)-(c),§287.138,Florida Statutes.
Nongovernmental Entity's Name: The Pittsburgh Paints Co.
Address: 400 Bertha Lamme Dr. Cranberry Township PA, 16066
Phone Number: 409-941-9893
Authorized Representative's Name: Charles Hobson
Authorized Representative's Title: National Sales Manager
Email Address: bids@pittsburghpaints.com
I Charles Hobson (Name of Authorized Representative), as authorized representative attest under
penalty of pet jury that The Pittsburgh Paints Co. . (Name of Nongovernmental Entity) does not: (1) use
coercion for labor or services as defined in § 787.06,Florida Statutes, and(2)the nongovernmental entity is not(a)owned by
a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the
entity, and (c) that the entity is not organized under the laws of or has its principal place of business in a foreign country of
concern,all as prohibited under§287.138,Florida Statutes.
Underng penalty of perjury,IQ declare that I have read the foregoing Affidavit and that the facts stated in it are true.
O akeee. � 4
"' � --a 01/08/2026
(Signature of authorized representative) 1� Date
STATE OF Virginia
COUNTY OF Frederick
Sworn to(or affirmed)and subscribed before me,by means of 0 physical presence or:'online notarization this
8th day of January ,20 26 ,by Charles David Hobson Jr. (Name ofAffiant),who produced his icc Driver's License as
identification. Indiana Cc.,
Notary Public �e•��`=''�'��'�:�
?�+E''`T" Emon Christian Moore
\rr 9°�
09/30/2026
• REGISTRATION NUMBER
Commission Expires "�9. 8033469
x0044 COMMISSION EXPIRES
���
//nil/4616 September 30.2026
Personally Known I OR Produced Identification
Type of Identification Produced: Drivers License
Notarized remotely online using communication technology via Proof.
CAO
1. 6F3
Other Exhibit/Attachment
Description:
❑ following this page (containing pages)
❑■ this exhibit is not applicable
Page 18 of 18
Fixed Term Service Agreement
[2025 ver.2]
CAO
. : ..� 16F3
PITTSBURGH
x PAINTS CO.
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,that the undersigned,Brian Carson,Chief Executive
Officer of The Pittsburgh Paints Co., does hereby appear and authorize Charles Hobson,National Sales
Manager,with the full power of substitution,for and in their name,to act as their attorney for the purposes
of approving, executing and delivering in the name and on behalf of The Pittsburgh Paints Co.: (a) any
sales agreements and government bids the content of which has been reviewed and approved by The
Pittsburgh Paints Co. legal department; and(b) any other document for which the undersigned has given
express written authorization for signature.
IN WITNESS THEREOF, I have hereunto signed my name this ,4O/LCI /, 420d S—
For and on behalf of The Pittsburgh Paints Co.
Name: Brian Carson
Title: Chief Executive Officer
UNITED STATES OF AMERICA )
COMMONWEALTH OF PENNSYLVANIA ) SS:
COUNTY OF BUTLER )
P �
On //pia ( /Co 020o25`, before me _ W/2/u /2SCh _, the undersigned
offer, personally appeared Brian Carson, Chief Executive Officer of The Pittsburgh Paints Co., a Delaware
corporation, known to me to be the person whose name is subscribed to the foregoing document and
acknowledged to me that they executed the same for the purposes therein contained.
IN WITNESS WHEREOF, I have hereunto set my band and official seal the day and year above
written.
Commonwealth of Pennsylvania-Notary Seal
Bess L.Mentel,Notary PublicCVL(
Butler County
My commission expires May 6,2027 Notary Public
S Commission number 1350222
Member,Pennsylvania Association of Notaries 02002
My Commission Expires: 7
tbf3
•
17$32Sli
(Requestor's Name)
(Address)
500445982615
(Address)
(City/State/Zip/Phone#) Q3/1:17/ --Q1(2P--G20
PICK-UP 0 WAIT El MAIL
(Business Entity Name)
v� o
(Document Number) rr
r r 11.n
r"' A r r
v)' t
Certified Copies Certificates of Status cn•`; J
rc
c- r
Special Instructions to Filing Officer: `_ "
qr,; O
Office Use Only
i6F3
PITTSBURGH
PAINTS CO:
400 Bertha Lamme Drive
Cranberry Township,PA 16066
M:724-679-0298
E: clumley@ppg.com
pittsburghpainlsco.com
Cameron Lumley
March 6, 2025 Senior Paralegal
Amendment Section
Division of Corporations
The Centre of Tallahassee
2415 N. Monroe Street, Suite 810
Tallahassee, FL 32303
Via FedEx
Re: Application to File Amendment to Application for Authorization
To Whom It May Concern:
The Pittsburgh Paint Co. f/k/a PPG Architectural Finishes, Inc. recently changed its name in its is
domestic jurisdiction of organization, the State of Delaware. As such, The Pittsburgh Paints Co. is sending
this document packet to amend its Florida authorization to transact business. This packet includes the
following:
• A check in the amount of$52.50
• The cover letter and Application by Foreign Profit Corporation to File Amendment to Application
for Authorization to Transact Business in Florida
• The Delaware Certificate of Amendment authenticated on December 31, 2024
• A Delaware Certificate of Good Standing authenticated on February 12, 2025
• A prepaid FedEx return label and envelope
Should you have any questions or require anything further, please do not hesitate to reach out to me. I
appreciate your assistance in this matter.
st r gards,
Ca ron L ey
S t alegal
Enc.
Page 1 of 1
1.6F3
(:OVER LEI-IER
To: Amendment Section Division of Corporations
PPG Architectural Finishes. Inc.
SUBJECT:
Name of Corporation
I)C)CumE\T NIiNIBER:I','?Sr)1
The enclosed Amendment and fee are submitted for Jiling.
Please return all correSpotufc!Ice concerning this matter to the following:
Chaitra Gokul-Srinath
Name ofContact Person
The Pittsburgh Paints Co.
Firm/Company
Bill Bertha Lanunc Drive
Address
Cranberry Township. PA 16066
City/State and Zip('ode
compliancemaillu cscglobal.com
I:-mail address:tto he used for future annual report notification)
For further information concerning this matter. please call:
Cameron Lumley- 724 o79-02')\
at
Name of Contact Person Area Code& I)a%tinte Telephone Number
I nclo:ed is a check for the following amount:
❑$;; Filing Fee tD S13.75 Filin!u Fee & ❑ S43.75 Filing. Fee & .g$52.5O Filing Fee.
Certificate of Status Certified Copy Certificate of Status &
Certified Copy
Alailii, :Address: greet Address:
Amendment Section Amendment Section
Division of Corporations Division of Corporations
P.U. Box 6327 The Centre of Tallahassee
Tallahassee. FL 23I.1 2.115 N.Monroe Street. Suite 810
Tallahassee. FL 32303
t6F3
• PROFIT CORPORATION
APPLICATION nl- FOREIGN PROFIT CORPORATION TO FILE AN'ENIMIENTTOAPPLICATION FOR
:111TIIORI7.ATION To TRANSACT BUSINESS IN FLORIDA
I Pursuant to s.607.1504. F.S.)
SECTION
(1-3 NI UST BF: ('ON]PLETED)
P' 91
(Document number of corporation(il'knownl
PPG Architectural Finishes. Inc.
(Name ol corporal kin as it appears on the records of the Department of State)
Delaware , Febru iry 20. 190 I
!.
(Incorporated under laws of) (Date authorized to do business in Florida)
SECTION II
(4-7( ON!P1.F:'I'F: ONLY THE APPLICABLE CHANGES)
4. If the amendment changes the name of the corporation. when was the change effected under the Taws of its jurisdiction of
incorporation?December 31).202.1
The Pittsburgh Paints Co.
Game of corporation after the amendment.adding_sritfix"corporation.""company."or"incorporated."or appropriate abbreviation. il
not contained in new name of the corporation)
(It new name is unavailable in Florida.enter alternate corporate name adopted for the purpose of Iransactine business in Florida)
6. If the amendment change;the period of duration, indicate new period of duration.
(New durat ion) r-- °J
En. - I 7
7. tf the amendment changes the jurisdiction of incorporation.indicate new jurisdiction. cn
r,-t-•, i'
rn
(New jurisdiction) •
•clr
. l
Y. If anrending the ref_'is(ered agent and/or registered office address in Florida.enter the name of the
new registered:gent and/or the new registered office address:
;Tense ei/:Lair Rcuriste•rc41.t. e•nt
(Florida%treet addre.l.%)
New Registerrc/(Vice Address: . Florida
(C/trl (Zip Cn/e)
New Registered Agent's Signature,if changing Registered Agent:
1 hc•rc'f'r accept the app,itunrcot a.% registered agent. I am firmiliar with nod urny't the ulgi.valio,t,o of lice/uoiiiv1N.
.\igrurtrrrc•rr/'New Registered Agent.it c-iinngnr,
i6F3
•9 lithe amendment chances person.title or capacity in accordance with 607.1504(4I-indicate that chance:
Title/Capacity Name Address Type of:Idiot)
*See attached list of Officers and Director.
['Add
remove
DAdd
Dtenwve
OAdd
Denluve
❑A(.1d
lie move
❑Add
Qtemove
10. Attached is a certificate or document of similar import. evidencing the amendment. authenticated not more than 90 days prior to delivery
of the application to the Department of State.by the Secretary or State orotherorficial haying custody of corporate records in the jurisdiction
under I to which it Is incorporated.
)Signature of a director. president or other officer-if in the hands of
a receiver or other court appointed fiduciary.by that fiduciary)
( haitra(iokul-Srinath Secretary
('Typed or printed name ofperson signing) ('Title of portion signing)
•
FILING FEE 535.0(1
r—r• nab
r- an '-�
D ii
fir. �a
t;n :_ f=7.1 .��
VS= r
Tt_
r—
c:.
O
D
•
16F3
THE I'FIfSBURCII PAINTS CO.
List of Officers and Directors
Action Name Title/Capacity Address
Add Brian Carson CEO 400 Bertha Lamtne Drive
Cranberry l owvnship. PA 16066
Add lnc Durham CFO and Treasurer 400 Bertha Lamme Drive
Cranberry Township. PA 16066
Add Fodd Gatesv Vice President 400 Bertha 1_atnme Drive
Cranberry Township.PA I606(,
Add Don Donatelli Vice President 400 Bertha l_armne Drive
Cranberry Township. PA 16066
Add 'emitter 13urrough: Vice President 400 Bertha I_:nnnic Drive
Cranberry Township. PA 16066
Add Michael Tiil't Vice ['resident 4I)0 Bertha [_amine Drive
Cranberry Township. PA 16066
Add Chains Gokul-Srinaih Secretary 400 Bertha 1_annnc Drive
Cranberry Township. PA 16066
Add ?(ark I_eyenaar Chief Strategy Officer 400 Bertha Lammc Drive
Cranberry Township. PA I hi►hh
Add Richard IIoiinan Director c/o American Industrial Partners
450 Lexington Avenue.40ih Floor
New York. New York 10017
Remove Anne NI. Foulkes Secretary 819 Centennial Avenue
Sewickley. PA 151.13
Remove Greg E. Gordon Asst. Secretary (.44 Royce Avenue
Pittsburgh. 1'A 15243
Remove S, Kumar Nandan VI'Tax Administration One PPG Place
I'insburuh. PA 15271
Remove Iaime Irick President. Director One PPG Place
I'itisburuh. PA 15272
Remove lohn A.Jankowski Treasurer 79 Woodland [)rive
Pittsburgh. PA 15272
Remove loan.lose Ardid VI' One PI'G Place
Pittsburgh. PA 15272
Remove lonathan\\Volak Director One PPG Place
Pittshur,h. PA 15272
Remove .........A1_L.c .11'FRS, IF APPLICABLE
16F3
•
Delaware
Page 1
The First State
I, JEFFREY W. BULLOCK, SECRETARY OF STATE OF THE STATE OF
DELAWARE, DO HEREBY CERTIFY THE ATTACHED IS A TRUE AND CORRECT
COPY OF THE CERTIFICATE OF AMENDMENT OF PPG ARCHITECTURAL
FINISHES, INC. ", CHANGING ITS NAME FROM "PPG ARCHITECTURAL
FINISHES, INC. " TO "THE PITTSBURGH PAINTS CO. ", FILED IN THIS
OFFICE ON THE THIRTIETH DAY OF DECEMBER, A . 2024, AT 11:10
O'CLOCK A.M.
Mtn'M wfMc►,/*awa/d Sudo
VJ 0 {prio
1
2208907 8100 y .IW Authentication: 205266047
SRtt 20244633529 " Date: 12-31-24
You may verify this certificate online at corp.delaware.gov/authver.shtml
16F
Stair of Delaware
Secretan of State
Di/skto of Corporations
Dtlt ered 11:10A1112/302024
FILED 11:10A5112/302024 CERTIFICATE OF AMENDMENT
SR 20244633529 • FtleNamber 2208907 OF
CERTIFICATE OF INCORPORATION
OF
PPG ARCHITECTURAL FINISHES, INC.
December 30,2024
PPG ARCHITECTURAL FINISHES, INC., a corporation organized and existing under
and by virtue of the Delaware General Corporation Law of the State of Delaware (the
"Corporation"), does hereby certify:
1. Acting by written consent without a meeting pursuant to Section 141(f) of the
Delaware General Corporation Law, resolutions were duly adopted setting forth a proposed
amendment of the Certificate of Incorporation of the Corporation. The resolution setting forth the
proposed amendment is as follows:
NOW, THEREFORE, BE IT RESOLVED, that the Certificate of Incorporation
of the Corporation be amended by deleting the first paragraph thereof in its entirety and
replacing it with a new first paragraph to read as follows:
"First:The name of the corporation is The Pittsburgh Paints Co. (the
"Corporation")."
2. That said Amendment was duly adopted in accordance with the provisions of
Section 242 of the General Corporation Law of the State of Delaware.
[Signature Page Follows]
119317505_2
Docusign Enveopg 10:A9C9BBB5.CAF1-409F-AF9C-5C942FDA7EFo 16F3
IN WITNESS WHEREOF, the Corporation caused this Certificate of Amendment to be
signed by a duly authorized officer this 30th day of December 2024.
PPG ARCHITECTURAL FINISHES, INC.
Signed try:
&49GN IFF. 213402
Jaime A. trick
[Signature Page u,Certificate qf Amendment al-Certificate of lncorpuration—Name Change alExti{vl
i 6F3
Delaware
Page 1
The First State
I, CHARUNI PATIBANDA-SANCHEZ, SECRETARY OF STATE OF THE STATE
OF DELAWARE, DO HEREBY CERTIFY "THE PITTSBURGH PAINTS CO. " IS DULY
INCORPORATED UNDER THE LAWS OF THE STATE OF DELAWARE AND IS IN GOOD
STANDING AND HAS A LEGAL CORPORATE EXISTENCE SO FAR AS THE RECORDS
OF THIS OFFICE SHOW, AS OF THE TWELFTH DAY OF FEBRUARY, A.D. 2025.
AND I DO HEREBY FURTHER CERTIFY THAT THE ANNUAL REPORTS HAVE
BEEN FILED TO DATE.
AND I DO HEREBY FURTHER CERTIFY THAT THE SAID "THE PITTSBURGH
PAINTS CO. " WAS INCORPORATED ON THE TWENTY-SEVENTH DAY OF
SEPTEMBER, A.D. 1989.
AND I DO HEREBY FURTHER CERTIFY THAT THE FRANCHISE TAXES HAVE
BEEN PAID TO DATE.
C Sari CiLaid2
kJ-9$ Cheruni Potibando-Sanchez,Secretory of State
2208907 8300 Authentication: 202918706
,w.�
SRtt 20250505239 �=� Date:02-12-25
You may verify this certificate online at corp.delaware.gov/authver.shtml