Loading...
Agenda 02/10/2026 Iterm #16F 3 (Award Invitation to Bid No. 25-8406, “Paint and Related Items,” to The Pittsburgh Paints Co)2/10/2026 Item # 16.F.3 ID# 2026-179 Executive Summary Recommendation to award Invitation to Bid (“ITB”) No. 25-8406, “Paint and Related Items,” to The Pittsburgh Paints Co., and authorize the Chair to sign the attached Agreement. OBJECTIVE: To secure a vendor to furnish paint and related supplies, on an as-needed basis, for various repair and renovation projects of varying scope and size at County-owned and leased facilities. CONSIDERATIONS: The Facilities Management Division, along with other County divisions, routinely relies on a broad range of paint and related supplies to maintain and restore County facilities. Regular painting protects surfaces, reduces wear, and extends the useful life of our facilities, ensuring County facilities remain safe, durable, and presentable. On July 17, 2025, the Procurement Services Division issued ITB No. 25-8406, Paint and Related Items. To encourage competition, the Procurement Services Division extended the response deadline for an additional week. The County received two bid submissions by the September 2, 2025, submission deadline as follows: Bidders: Company Name City County State *Bid Amount (for evaluation purposes only) Responsive / Responsible The Pittsburgh Paints Co. (formerly known as PPG Architectural Finishes, Inc.) Naples Collier FL $1,809.23 Yes/Yes JAG TECH ENTERPRISES LLC Boca Raton Palm Beach County FL $4,220.44 Yes/Yes Both bidders were found responsive and responsible. Staff recommends awarding to the lowest responsive and responsible bidder, The Pittsburgh Paints Co. The Pittsburgh Paints Co. is a long-established American firm, initially registered to do business in Florida as PPG Architectural Finishes, Inc,. in 1995. The Pittsburgh Paints Co. maintains a retail store located in the County to service the County’s needs. The attached proposed agreement provides for an initial three-year term, with one additional two-year renewal option. This item is consistent with the Collier County strategic plan objective to optimize the useful life of all public infrastructure and resources through proper planning and preventative maintenance. FISCAL IMPACT: The historical expenditure for these services amounts to $845,348.53 under the current contract, which commenced on June 9, 2020. The budget for this contract is provided in the General Fund (0001), Facilities Management Cost Center (122240). Other County Manager Divisions utilizing this contract will provide funding from their respective budgets. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote of the Board for approval. – CLD RECOMMENDATION(S): To award ITB No. 25-8406, “Paint and Related Items,” to The Pittsburgh Paints Co., and Page 3025 of 3707 2/10/2026 Item # 16.F.3 ID# 2026-179 authorize the Chairman to sign the attached Agreement. PREPARED BY: Todd Fiedorowicz, Contract Administration Specialist, Facilities Management Division ATTACHMENTS: 1. 25-8406 Solicitation 2. 25-8406 - The Pittsburgh Paints Company Proposal 3. 25-8406 Bid Tabulation 4. 25-8406 NORA 5. 25-8406 The Pittsburgh Paints COI exp121526 6. 25-8406 The Pittsburgh Paints Contract Page 3026 of 3707 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR PAINT AND RELATED ITEMS SOLICITATION NO.: 25-8406 EMILY JACKSON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8947 Emily.jackson@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 3027 of 3707 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 25-8406 PROJECT TITLE: PAINTAND RELATED ITEMS PRE- BID MEETING: N/A LOCATION: N/A DUE DATE: 8/25/2025 3:00pm (tentative) PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl. INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $675,380.00 over the term of the current agreement(s); however, this may not be indicative of future buying patterns. BACKGROUND The Facilities Management Division is responsible for maintaining both the exterior and interior of county-owned buildings, which requires the use of paint and related items. The Division is seeking to award contracts to qualified vendors to supply paint and related items on an as-needed basis for various repair and renovation projects of varying scope and size. TERM OF CONTRACT The contract term, if an award(s) is/are made, is intended to be for three (3) years with one (1) two (2) year renewal option. Prices shall remain firm for the initial term of this contract. Percentage discounts shall remain firm for the initial term of the awarded contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at her discretion, extend the Agreement under all the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Vendor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery, provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remains with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a Vendor’s submittal prior to the award of the Page 3028 of 3707 solicitation.  It is the intent of the County to award to the lowest, responsive, and responsible Vendor(s) that represents the best value to the County.  For the purposes of determining the winning Vendor, the County will select the Vendor with the lowest price as outlined below: • Lowest Total Bid  Collier County reserves the right to select one or more awards on a line-item basis, establish a pool for quoting, or other options that represent the best value to the County; however, it is the intent to: • Identify a Primary, Secondary & Tertiary awardees • Should the Primary Vendor not be able to provide the services within the requested time as indicated at the time of order, the Division reserves its right to move to the Secondary, as necessary. If the Secondary Vendor cannot provide the services within the requested time, the Division reserves its right to move to the Tertiary, as necessary. The County reserves the right to seek services outside of the contract if the Primary, Secondary, or Tertiary is unable to perform.  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK The scope of work for this solicitation is to provide paint and related items to County departments/divisions on an as-needed basis. 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. Page 3029 of 3707 2. Delivery, Pick up, and Return 2.1. Unless otherwise requested, orders will be picked up and returned by the County. 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. 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. SECURITY, BACKGROUND, IDENTIFICATION The Vendor must comply with County Ordinance No. 2004-52, as amended. The ordinance authorizes criminal history record checks to be conducted by the Facilities Management Division in accordance with Section 125.5801, Florida Statutes (2006). Collier County Sheriff’s Office (CCSO) Get Fingerprinted: The CCSO requires separate fingerprinting prior to work being performed in any of its locations. The Vendor is responsible for all associated costs. This will be coordinated upon the award of the contract. A link to the CCSO website's Get Fingerprinted webpage is https://www.colliersheriff.org/how-do-i/get-fingerprinted. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 3030 of 3707 County of Collier, FL Procurement Sandra Srnka, Procurement Director 3299 Tamiami Trail, East Naples, FL 34112 [THE PITTSBURGH PAINTS COMPANY (FORMALLY KNOWN AS PPG ARCHITECTURAL FINISHES, INC.)] RESPONSE DOCUMENT REPORT GEN No. 25-8406 Paint and Related Items RESPONSE DEADLINE: September 2, 2025 at 3:00 pm Report Generated: Thursday, October 2, 2025 The Pittsburgh Paints Company (Formally known as PPG Architectural Finishes, Inc.) Response CONTACT INFORMATION Company: The Pittsburgh Paints Company (Formally known as PPG Architectural Finishes, Inc.) Email: bids@ppg.com Contact: Mary Goltz Address: 2403 Trade Center Way Naples, FL 34109 Phone: (910) 515-0538 Website: www.pittsburghpaintsco.com/ Submission Date: Sep 2, 2025 12:06 PM (Eastern Time) Page 3031 of 3707 [THE PITTSBURGH PAINTS COMPANY (FORMALLY KNOWN AS PPG ARCHITECTURAL FINISHES, INC.)] RESPONSE DOCUMENT REPORT GEN No. 25-8406 Paint and Related Items [THE PITTSBURGH PAINTS COMPANY (FORMALLY KNOWN AS PPG ARCHITECTURAL FINISHES, INC.)] RESPONSE DOCUMENT REPORT undefined - Paint and Related Items Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Aug 26, 2025 8:17 AM by Mary Goltz QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Invitation to Bid (ITB) Instructions Form* Invitation to Bid (ITB) Instructions have been acknowledged and accepted. Confirmed 4. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 5. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) da ys of the County's issuance of a Notice of Recommended Award. Page 3032 of 3707 [THE PITTSBURGH PAINTS COMPANY (FORMALLY KNOWN AS PPG ARCHITECTURAL FINISHES, INC.)] RESPONSE DOCUMENT REPORT GEN No. 25-8406 Paint and Related Items [THE PITTSBURGH PAINTS COMPANY (FORMALLY KNOWN AS PPG ARCHITECTURAL FINISHES, INC.)] RESPONSE DOCUMENT REPORT undefined - Paint and Related Items Page 3 Confirmed 6. Bid Schedule * Please upload the completed bid schedule in Microsoft Excel format. Copy_of_Copy_of_Copy_of_25-8406_Bid_Schedule.xlsx 7. County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_Vendor_Declaration_.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2_COI.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_imigration_Conf.pdf LOCAL VENDOR PREFERENCE (IF APPLICABLE FORM 4) Include a copy of the business tax receipt. Form_4_local_vendor_preference.pdf 2025-26_County_Business_Tax_Receipt_FL9184.pdf REFERENCE QUESTIONNAIRE (IF APPLICABLE FORM 5) All forms must be completed. Referenesdoc.doc GRANT PROVISIONS (IF APPLICABLE FORM 6) All forms must be completed 25-8406_Required_Forms_Collier_County_CDH82525.pdf Page 3033 of 3707 [THE PITTSBURGH PAINTS COMPANY (FORMALLY KNOWN AS PPG ARCHITECTURAL FINISHES, INC.)] RESPONSE DOCUMENT REPORT GEN No. 25-8406 Paint and Related Items [THE PITTSBURGH PAINTS COMPANY (FORMALLY KNOWN AS PPG ARCHITECTURAL FINISHES, INC.)] RESPONSE DOCUMENT REPORT undefined - Paint and Related Items Page 4 PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Detail_by_Entity_Name.html E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. E-Verify_PPC.pdf W-9 FORM* 2025_Pittsburgh_Paints_Co._W9.pdf SIGNED ADDENDUMS (IF APPLICABLE) Addendum_1_Collier_Cty_CDH82625.pdf ANY REQUIRED LICENSES. 2025-26_County_Business_Tax_Receipt_FL9184.pdf MISCELLANEOUS DOCUMENTS No response submitted Page 3034 of 3707 Rev. 1 2025 Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and th is proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contrac t for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor’s bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: The Pittsburgh Paints Co 2403 Trade Center Way Suite 1 Naples, FL 34109 25-1612585 P32891 N/A 910-515-0538 bids@ppg.com National Bid Manager Charles Hobson 25 August 25 Jackson IndianaJackson Indiana Page 3035 of 3707 Rev. 1 2025 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: The Pittsburgh Paints Co Accounts Payable PO Box 536864 Atlanta, GA 30353 paf9184@ppg.com 239-592-6151 paf9184@ppg.com Naples Store Matthew Byrd Account Development Manager 2403 Trade Center Way Suite 1 Naples, FL 34109 239-597-6151 paf9184@ppg.com Page 3036 of 3707 Collier County Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules - The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity - The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/ past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information - The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor/ vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate ifthe information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to diselose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm (employees, officers and/or agents) certifies, and hereby discloses, that,to the best oftheir knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. The Pittsurgh Paints Co Company Nameса на Signature Charles Hobson National Sales Mgr Print Name and Title State or Thdiaha County or Jackson The foregoing jnstrument was acknowledged beforg me by meango pbyvical presence or online notarization, this 25 day or Angnst (month), 2025 (year), by Charles HobsO MELISSA HERNDON Notary Public Jackson County, Indiana MY COMMISSION EXPIRES 12/17/28 (name of person acknowledging). Cmuissha(Signature of Notary Public) Melisra Herndan (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification IN ariver license Type of Identification Produced Rev. 1 2025 Page 3037 of 3707 Collier County Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of thesubmission ofthe Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of RecommendAward. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON-RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilate ral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s), that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, and agrees to comply with the provisions ofthe Memorandum of Understanding with E-Verify and to provide proof ofenrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. The Pittsburgh Paints Co. chkh Company Name Signature Charles Hobson National Sales Mgr Print Name and Title State of Ihdiana County of Jackun The foregoing instrumentwas acknowledged beforg me by means of hysical presenceor online notarization, this 25 day of Auqluet (month), 2025 (year, by Charled holalis _(name of person acknowledging). MELISSA HERNDON Notary Public Jackson County, Indiana MY COMMISSION EXPIRES 12/17/28 Personally Known OR Produced Identification IN driverlicenfe Type of Identification Produced sithd(Signature of Notary Public)Melissa Herndon (Print, Type, or Stamp Commissioned Name of Notary Public) Rev. 1 2025 Page 3038 of 3707 Collier County Procurement Services Division Form 4: Vendor Submittal - Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals ofthe business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ☑ Collier County or ☑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): 5986 Number of Employees Living in☑ Collier County or Lee (Including Owner(s) or Corporate Officers): 10 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Company Name: The Pittsburgh Paints Co Date: 8/25/25 Address in Collier or Lee County: 2403 Trade Center Way, Naples, FL 34109 Signature: N CUAPPO CoponteAccorts,OuPPO,CNeChariesCharles Hobsonneae Ian aperoving tis ounert D 0250 2509 357-04 Title: National Sales Manager Rev.1 2025 Page 3039 of 3707 COUNTYC O L L I E RTAX COLLECTORRol StoneburnerPage 3040 of 3707 REFERENCES: State of Georgia Manduah Simpson Manduah.simpson@doas.ga.gov 404-656-5343 SPD00000223 Paint, Interior/Exterior and Accessories Orange County Public Schools Susan Perry Susan.perry@ocps.net 407-317-3200 X 200-2421 ITB2101005 Paints and Paint Supplies Manatee County Schools Melody Ryan melodyryan@manateecountyschools.net 941-708-8770 2101005 Paint and Paint Supplies Mary Goltz PPG Architectural Coatings Corporate Accounts Bid Manager, Government goltz@ppg.com Cell: 910.515.0538 GSA#GS-21F-0062U Page 3041 of 3707 Rev. 1 2025 Procurement Services Division Vendor Check List IMPORTANT: PLEASE REVIEW CAREFULLY AND SUBMIT WITH YOUR PROPOSAL/BID. ALL APPLICABLE DOCUMENTS SHALL BE SUBMITTED ELECTRONICALLY THROUGH OPENGOV. VENDOR SHOULD CHECKOFF EACH OF THE FOLLOWING ITEMS. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted . Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaire form must be utilized for each requested reference and included with your submittal, if applicable to the solicitation. Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. Vendor W-9 Form. Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County’s issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached. County’s IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. x x x x x x x x x x x x x x x x x x Page 3042 of 3707 Rev. 1 2025 Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and th is proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contrac t for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor’s bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: The Pittsburgh Paints Co 2403 Trade Center Way Suite 1 Naples, FL 34109 25-1612585 P32891 N/A 910-515-0538 bids@ppg.com National Bid Manager Charles Hobson Digitally signed by Charles Hobson DN: OU=PPG Corporate Accounts, O=PPG, CN= Charles Hobson, E=chobson@ppg.com Reason: I am approving this document Location: Date: 2025.08.25 09:39:18-04'00' Foxit PDF Editor Version: 13.1.6 Charles Hobson 25 August 25 Jackson Indiana Page 3043 of 3707 Rev. 1 2025 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: The Pittsburgh Paints Co Accounts Payable PO Box 536864 Atlanta, GA 30353 paf9184@ppg.com 239-592-6151 paf9184@ppg.com Naples Store Matthew Byrd Account Development Manager 2403 Trade Center Way Suite 1 Naples, FL 34109 239-597-6151 paf9184@ppg.com Page 3044 of 3707 Collier County Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules - The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity - The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/ past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information - The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor/ vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate ifthe information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to diselose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm (employees, officers and/or agents) certifies, and hereby discloses, that,to the best oftheir knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. The Pittsurgh Paints Co Company Nameса на Signature Charles Hobson National Sales Mgr Print Name and Title State or Thdiaha County or Jackson The foregoing jnstrument was acknowledged beforg me by meango pbyvical presence or online notarization, this 25 day or Angnst (month), 2025 (year), by Charles HobsO MELISSA HERNDON Notary Public Jackson County, Indiana MY COMMISSION EXPIRES 12/17/28 (name of person acknowledging). Cmuissha(Signature of Notary Public) Melisra Herndan (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification IN ariver license Type of Identification Produced Rev. 1 2025 Page 3045 of 3707 Collier County Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of thesubmission ofthe Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of RecommendAward. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON-RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilate ral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s), that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, and agrees to comply with the provisions ofthe Memorandum of Understanding with E-Verify and to provide proof ofenrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. The Pittsburgh Paints Co. chkh Company Name Signature Charles Hobson National Sales Mgr Print Name and Title State of Ihdiana County of Jackun The foregoing instrumentwas acknowledged beforg me by means of hysical presenceor online notarization, this 25 day of Auqluet (month), 2025 (year, by Charled holalis _(name of person acknowledging). MELISSA HERNDON Notary Public Jackson County, Indiana MY COMMISSION EXPIRES 12/17/28 Personally Known OR Produced Identification IN driverlicenfe Type of Identification Produced sithd(Signature of Notary Public)Melissa Herndon (Print, Type, or Stamp Commissioned Name of Notary Public) Rev. 1 2025 Page 3046 of 3707 Rev. 1 2025 Procurement Services Division Form 4: Vendor Submittal – Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contribute s to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" und er this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in Collier County or Lee County: ________ Number of Employees (Including Owner(s) or Corporate Officers):_________ Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_______ If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor’s submission being deemed not applicable. Sign and Date Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Company Name: _________________________________________ Date: _____________________________ Address in Collier or Lee County: _____________________________________________________________________ Signature: ____________________________________________ Title: _____________________________ The Pittsburgh Paints Co 2403 Trade Center Way, Naples, FL 34109 National Sales Manager Digitally signed by Charles Hobson DN: OU=PPG Corporate Accounts, O=PPG, CN=Charles Hobson, E=chobson@ppg.com Reason: I am approving this document Location: Date: 2025.08.25 09:39:57-04'00' Foxit PDF Editor Version: 13.1.6 Charles Hobson x x 5986 10 8/25/25 x x Page 3047 of 3707 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE – FORM MUST BE FULLY COMPLETED) Solicitation: 25-8406 - Paint and Related Items Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Sent to AGencies on 8/25 with no response. Attached Referenceg Page 3048 of 3707 Rev. 1 2025 FORM 6 IF APPLICABLE GRANT PROVISIONS AND ASSURANCES FORMS ARE PROVIDED IN SEPARATE PACKAGE AND MUST BE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. Page 3049 of 3707 Rev. 1 2025 CONFIRM ALL REQUIRED LICENSES AND FORMS ARE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. Page 3050 of 3707 Florida Division of Corporations Department of State Division of Corporations Search Records Search by Entity Name Previous On List Next On List Return to List Events Name History The pittsburgh Paints Co. Search Detail by Entity Name Foreign Profit Corporation THE PITTSBURGH PAINTS CO. Filing Information Document NumberP32891 FEI/EIN Number25-1612585 Date Filed02/20/1991 StateDE StatusACTIVE Last EventNAME CHANGE AMENDMENT Event Date Filed03/07/2025 Event Effective DateNONE Principal Address 400 Bertha Lamme Drive Cranberry Township, PA 16066 Changed: 03/13/2025 Mailing Address 400 Bertha Lamme Drive Cranberry Township, PA 16066 Changed: 03/13/2025 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 07/25/2025 Address Changed: 07/25/2025 Officer/Director Detail Name & Address Title Secretary Gokul-Srinath, Chaitra 400 Bertha Lamme Drive Cranberry Township, PA 16066 Title Treasurer Durham, Joe 400 Bertha Lamme Drive Cranberry Township, PA 16066 Title Director Hoffman, Richard ONE PPG PLACE PITTSBURGH, PA 15272 Page 3051 of 3707 Annual Reports Report Year Filed Date 2023 04/24/2023 2024 04/20/2024 2025 03/15/2025 Document Images 07/25/2025 -- Reg. Agent Change View image in PDF format 03/15/2025 -- ANNUAL REPORT View image in PDF format 03/07/2025 -- Name Change View image in PDF format 04/20/2024 -- ANNUAL REPORT View image in PDF format 04/24/2023 -- ANNUAL REPORT View image in PDF format 04/28/2022 -- ANNUAL REPORT View image in PDF format 04/23/2021 -- ANNUAL REPORT View image in PDF format 04/23/2020 -- ANNUAL REPORT View image in PDF format 04/18/2019 -- ANNUAL REPORT View image in PDF format 05/01/2018 -- ANNUAL REPORT View image in PDF format 04/27/2017 -- ANNUAL REPORT View image in PDF format 03/02/2016 -- ANNUAL REPORT View image in PDF format 04/21/2015 -- ANNUAL REPORT View image in PDF format 04/30/2014 -- ANNUAL REPORT View image in PDF format 04/19/2013 -- ANNUAL REPORT View image in PDF format 01/05/2012 -- ANNUAL REPORT View image in PDF format 04/06/2011 -- ANNUAL REPORT View image in PDF format 04/01/2010 -- ANNUAL REPORT View image in PDF format 04/17/2009 -- ANNUAL REPORT View image in PDF format 04/03/2008 -- ANNUAL REPORT View image in PDF format 01/04/2007 -- ANNUAL REPORT View image in PDF format 03/23/2006 -- ANNUAL REPORT View image in PDF format 03/25/2005 -- ANNUAL REPORT View image in PDF format 02/17/2004 -- ANNUAL REPORT View image in PDF format 04/07/2003 -- ANNUAL REPORT View image in PDF format 02/01/2002 -- ANNUAL REPORT View image in PDF format 01/31/2001 -- ANNUAL REPORT View image in PDF format 01/25/2000 -- ANNUAL REPORT View image in PDF format 02/22/1999 -- ANNUAL REPORT View image in PDF format 01/27/1998 -- ANNUAL REPORT View image in PDF format 01/16/1997 -- ANNUAL REPORT View image in PDF format 01/22/1996 -- ANNUAL REPORT View image in PDF format 01/25/1995 -- ANNUAL REPORT View image in PDF format Previous On List Next On List Return to List Events Name History The pittsburgh Paints Co. Search Florida Department of State, Division of Corporations Florida Department of State Page 3052 of 3707 Division of Corporations Page 3053 of 3707 Company ID Number: 5-Verify E-VERIFY IS A SERVICE OF DHSAND SSA THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR WEB SERVICES EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this Agreement are the Department of Homeland Security (DHS) and (Web Services Employer). The purpose of this agreement is to set forth terms and conditions which the Web Services Employer will follow while participating in E-Verify. A Web Services Employer is an Employer who verifies employment authorization for its newly hired employees using a Web Services interface. E-Verify is a program that electronically confirms a newly hired employee’s authorization to work in the United States after completion of the Form I-9, Employment Eligibility Verification (Form I-9). This MOU explains certain features of the E-Verify program and describes specific responsibilities of the Web Services Employer, DHS, and the Social Security Administration (SSA). For purposes of this MOU, the “E-Verify browser” refers to the website that provides direct access to the E-Verify system: https://E-Verify.uscis.gov/emp/. You may access E-Verify directly free of charge via the E-Verify browser. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. Before accessing E-Verify using Web Services access, the Web Services Employer must meet certain technical requirements. This will require the investment of significant amounts of resources and time. If the Web Services Employer is required to use E-Verify prior to completion and acceptance of its Web Services interface, then it must use the E-Verify browser until it is able to use its Web Services interface. The Web Services Employer must also maintain ongoing technical compatibility with E-Verify. DHS accepts no liability relating to the Web Services Employer’s development or maintenance of any Web Services access system. Page 1 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 The Pittsburgh Paints Co. Page 3054 of 3707 -Verify E-VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE WEB SERVICES EMPLOYER 1. By enrolling in E-Verify and signing the applicable MOU, the Web Services Employer asserts that it is a legitimate company which intends to use E-Verify for legitimate purposes only and in accordance with the laws, regulations, and DHS policies and procedures relating to the use of E-Verify. 2.The Web Services Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 3. The Web Services Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Web Services Employer representatives to be contacted about E-Verify. The Web Services Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 4. The Web Services Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Web Services Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 5. The Web Services Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Web Services Employer will ensure that outdated manuals are promptly replaced with the new version of the E-Verify User Manual when it becomes available. 6.The Web Services Employer agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 7.The Web Services Employer agrees that any of its representatives who will create E-Verify cases will complete the E-Verify Tutorial before creating any cases. a.The Web Services Employer agrees that all of its representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 8. The Web Services E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 9.The Web Services E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 10.The Web Services Employer agrees to comply with current Form I-9 procedures, with two exceptions: Page 2 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3055 of 3707 -Verify E-VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: a.If an employee presents a "List B" identity document, the Web Services Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1) (B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Web Services Employer should contact E-Verify at 888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Web Services Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Web Services Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 11.The Web Services Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 12.The Web Services Employer agrees that, although it participates in E-Verify, the Web Services Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti-discrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to a Web Services Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When a Web Services Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, it establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Web Services Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Web Services Employer must notify DHS and the Web Services Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Web Services Employer continues to employ an employee after receiving a final nonconfirmation, then the Web Services Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. Page 3 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3056 of 3707 -Verify E-VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: 13.The Web Services Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. If, however, the Web Services interface is unavailable due to no fault of E-Verify, then the three day time period is not extended. In such a case, the Web Services Employer must use the E-Verify browser during the outage. 14.The Web Services Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 15.The Web Services Employer must use E-Verify for all new employees. The Web Services Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 16.The Web Services Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Web Services Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Web Services Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Web Services Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Web Services Employer must allow e mployees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B below) to contact DHS with information necessary to resolve the challenge. 17. The Web Services Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Web Services Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending Page 4 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3057 of 3707 -Verify E-VERIFY IS A SERVICE OF DHSAND SSA Company ID Number: work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Web Services Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 18. The Web Services Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Web S ervices Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Web Services Employer further understands that any violation of the immigration- related unfair employment practices provisions in section 274B of the INA could subject the Web Services Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Web Services Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Web Services Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 19.The Web Services Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Web Services Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Web Services Employer who are authorized to perform the Web Services Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 20.The Web Services Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 21.The Web Services Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. Page 5 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3058 of 3707 -Verify E-VERIFY ISA SERVICE OF DHS AND SSA Company ID Number: 22.The Web Services Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. a.The Web Services Employer agrees to cooperate with DHS if DHS requests information about the Web Services Employer’s interface, including requests by DHS to view the actual interface operated by the Web Services Employer as well as related business documents. The Web Services Employer agrees to demonstrate for DHS the functionality of its interface to E-Verify upon request. 23.The Web Services Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 24.The Web Services Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 25.The Web Services Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 26.The Web Services Employer agrees to complete its Web Services interface no later than six months after the date the Web Services Employer signs this MOU. E-Verify considers the interface to be complete once it has bee n built purs uant to th e Interface Control Agre ement (ICA ), sub mitted to E-Ve rify for t est ing, and approved for system ac cess. 27.The Web Services Employer agrees to perform sufficient maintenance on the Web Services interface in accordance with the requirements listed in the ICA. These requirements include, but are not limited to, updating the Web Services interface to ensure that any updates or enhancements are incorporated no later than six months after the issuance of an ICA. Web Services Employers should be aware that this will require the investment of time and resources. Compliance with the requirements of the ICA must be carried out to the satisfaction of DHS and or its assignees. 28.The Web Services Employer agrees that any system or interface it develops will follow the steps for creating E-Verify cases and processing tentative nonconfirmations, as laid out in the ICA, this MOU and the User Manual, including but not limited to allowing an employer to close an invalid case where appropriate, allowing an employer to refer a tentative nonconfirmation only when an employee chooses to contest a tentative nonconfirmation (no automatic referrals), and referring a tentative nonconfirmation Page 6 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3059 of 3707 -Verify E-VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: to the appropriate agency at the time the employer prints the referral letter and provides the letter to the employee. The Web Services Employer understands that any failure to make its system or interface consistent with proper E-Verify procedures can result in DHS terminating the Web Services Employer’s agreement and access. 29. The Web Services Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Web Services Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. EMPLOYERS THAT ARE FEDERAL CONTRACTORS WITH THE FAR E-VERIFY CLAUSE NOTE: If you do not have any Federal contracts at this time, this section does not apply to your company. In the future, if you are awarded a Federal contract that contains the FAR E-Verify clause, then you must comply with each provision in this Section. See 48 C.F.R. 52.222.54 for the text of the FAR E-Verify clause and the E-Verify Supplemental Guide for Federal Contractors for complete information. 1.If the Web Services Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify S upplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Web Services Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Web Services Employer, the Employer may not create a second case for the employee through E-Verify. a.A Web Services Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Web Services Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Web Services Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Web S ervices Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b.Web Services Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Web Services Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Web Services Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires Page 7 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3060 of 3707 -Verify E-VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. A Web Services Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Web Services Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Web Services Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Web Services Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e.The Web Services Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a con tract as long as : i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Web Services Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Web Services Employer shall complete a new Form I-9 consistent with Article II.A.10 or update the previous Form I-9 to provide the necessary information if: i.The Web Services Employer cannot determine that Form I-9 complies with Article II.A.10, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.A.10, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Web Services Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. Page 8 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3061 of 3707 -Verify E-VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: g.The Web Services Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Web Services Employer that is not a Federal contractor based on this Article. 3. The Web Services Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Web Services Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Web Services Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Web Services Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Web Services Employer. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If a Web Services Employer experiences technical problems, or has a policy question, the Web Services Employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1.After SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Web Services Employer access to selected data from DHS databases to enable the Web Services Employer to conduct, to the extent authorized by this MOU: a.Automated verification checks on employees by electronic means, and b.Photo verification checks (when available) on employees. Page 9 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3062 of 3707 -Verify E-VERIFY IS A SERVICE OF DHSAND SSA Company ID Number: 2.DHS agrees to provide to the Web Services Employer appropriate assistance with operational problems that may arise during the Web Services Empl oyer's participati on in the E-Verify program. DHS agrees to provide the Web Services Employer names, titles, addresses, and telephone numbe rs of DHS representatives to be contacted during the E-Verify process. 3.DHS agrees to make available to the Web Services Employer at the E-Verify Web site www.E-Verify.gov and on the E-Verify Web br owser (https://e-verify.uscis.gov/emp/), instructi onal materials on E-Verify policies, procedures and requirements for both SSA and DHS , inc luding rest rictions on the use of E- Verify. DHS agrees to prov ide tr aining materials on E-Verify. 4.DHS agrees to provide to the Web Services Employer a notice that indicates the Web Services Employer's participation in the E-Verify program. DHS also agrees to provide to the Web Services Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5.DHS agrees to issue the Web Services Employer a user identification number and password that permits the Employer to verify information provided by its employees with DHS. 6.DHS agrees to safeguard the information provided to DHS by the Web Services Employer, and to limit access to such information to individuals responsible for the verification of employees’ employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal or anti- discrimination laws, and to administer Federal contracting requirements. 7.DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 8.DHS agrees to provide a means of secondary verification (including updating DHS records as necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. 9.DHS agrees to provide the Web Services Employer with an Interface Control Agreement (ICA). This document will provide technical requirements that the Web Services Employer must meet to create and maintain a Web Services interface to the Verification Information System (VIS). VIS is a composite information system that provides immigration status verification for government agencies and verification of employment authorization for employers participating in E-Verify. 10.DHS agrees to provide periodic system enhancements to improve the ease and accuracy of E-Verify, as needed. DHS will also provide E-Verify enhancements to comply with applicable laws and regulations. As enhancements occur, Web Services Employers must update their Web Services interface to reflect Page 10 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3063 of 3707 Verify E-VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: system changes within the timelines specified in Article V.A.1. DHS will provide the Web Services Employer with an ICA to support the E-Verify release whenever system enhancements are required. 11.DHS agrees to provide to the Web Services Employer guidance on breach notification and a means by which the Web Services Employer can report any and all suspected or confirmed breaches of owned or used systems or data spills related to E-Verify cases. At this time, if the Employer encounters a suspected or confirmed breach or data spill, it should contact E-Verify at 1-888-464-4218. 12.In the event the Web Services Employer is subject to penalties, DHS will issue a Notice of Adverse Action that describes the specific violations if it intends to suspend or terminate the employer’s Web Services interface access. The Web Services Employer agrees that DHS shall not be liable for any financial losses to the Web Services Employer, its employees, or any other party as a result of your account suspension or termination and agrees to hold DHS harmless from any such claims. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1.If the Web Services Employer receives a tentative nonconfirmation issued by SSA, the Web S ervices Employer must print the notice and promptly provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Web Services Employer must review the tentative nonconfirmation with the employee in private. After the notice has been signed, the Web Services Employer must give a copy of the signed notice to the employee and attach a copy to the employee’s Form I-9. 2.The Web Services Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Web Services Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Web Services Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Web Services Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3.If the employee contests an SSA tentative nonconfirmation, the Web Services Employer will provide the employee with a system-generated referral letter and instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Web Services Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 4.The Web Services Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. Page 11 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3064 of 3707 Verify E-VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: B. REFERRAL TO DHS 1.If the Web Services Employer receives a tentative nonconfirmation issued by DHS, the Web Services Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Web Services Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Web Services Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Web Services Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Web Services Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.The Web Services Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4.If the employee contests a tentative nonconfirmation issued by DHS, the Web Services Employer will instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Web Services Employer finds a photo mismatch, the Web Services Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Web Services Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Web Services Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a.Scanning and uploading the document, or b.Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Web Services Employer understands that if it cannot determine whether there is a photo match/ mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Web Services Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Web Services Employer agrees to check the E-Verify system regularly for case updates. 10.DHS agrees to provide the Web Services Employer with an Interface Control Agreement (ICA). Page 12 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3065 of 3707 Verify E-VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: This document will provide technical requirements that the Web Services Employer must meet to create and maintain a Web Services interface to the Verification Information System (VIS). VIS is a composite information system that provides immigration status verification for government agencies and verification of employment authorization for employers participating in E-Verify. 11. DHS agrees to provide periodic system enhancements to improve the ease and accuracy of E-Verify, as needed. DHS will also provide E-Verify enhancements to comply with applicable laws and regulations. As enhancements occur, Web Services Employers must update their Web Services interface to reflect system changes within the timelines specified in Article V.A.1. DHS will provide the Web Services Employer with an ICA to support the E-Verify release whenever system enhancements are required. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the Web Services E-Verify Employer Agent for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V SYSTEM SECURITY AND MAINTENANCE A. DEVELOPMENT REQUIREMENTS 1.Software developed by Web Services Employers must comply with federally-mandated information security policies and industry security standards to include but not limited to: a. Public Law 107-347, "E-Government Act of 2002, Title III, Federal Information Security Management Act (FISMA)," December 2002. b. Office of Management and Budget (OMB) Memorandum (M-10-15), "FY 2010 Reporting Instructions for the Federal Information Security Management Act and Agency Privacy Management," April 2010. c. National Institute of Standards and Technology (NIST) Special Publication (SP) and Federal Information Processing Standards Publication (FIPS). d. International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 27002, Information Technology — Security Techniques — Code of Practice for Information Security Management. 2.The Web Services Employer agrees to update its Web Services interface to the satisfaction of DHS or its assignees to reflect system enhancements within six months from the date DHS notifies the Web Services User of the system update. The Web Services User will receive notice from DHS in the form Page 13 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3066 of 3707 Verify E-VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: of an Interface Control Agreement (ICA). The Web Services Employer agrees to institute changes to its interface as identified in the ICA, including all functionality identified and all data elements detailed therein. 3.The Web Services Employer agrees to demonstrate progress of its efforts to update its Web Services interface if and when DHS requests such progress reports. 4.The Web Services Employer acknowledges that if its system enhancements are not completed to the satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services Employer of the system update, then the Web Services Employer’s E-Verify account may be suspended, and support for previous releases of E-Verify may no longer be available to the Web Services Employer. The Web Services Employer also acknowledges that DHS may suspend its account after the six-month period has elapsed. 5.The Web Services Employer agrees to incorporate error handling logic into its development or software to accommodate and act in a timely fashion should an error code be returned. 6.The Web Services Employer agrees to complete the technical requirements testing which is confirmed upon receiving approval of test data and connectivity between the Web Services Employer and DHS. 7.DHS will not reimburse any Web Services Employer or software developer who has expended resources in the development or maintenance of a Web Services interface if that party is unable, or becomes unable, to meet any of the requirements set forth in this MOU. 8.Housing, development, infrastructure, maintenance, and testing of the Web Services applications may take place outside the United States and its territories, but testing must be conducted to ensure that the code is correct and secure. 9.Tf the Web Services Employer includes an electronic Form I-9 as part of its interface, then it must comply with the standards for electronic retention of Form I-9 found in 8 CFR 274a.2(e). B. INFORMATION SECURITY REQUIREMENTS Web Services Employers performing verification services under this MOU must ensure that information that is shared between the Web Services Employer and DHS is appropriately protected comparable to the protection provided when the information is within the DHS environment [OMB Circular A-130 Appendix III]. To achieve this level of information security, the Web Services Employer agrees to institute the following procedures: 1. Conduct periodic assessments of risk, including the magnitude of harm that could result from the unauthorized access, use, disclosure, disruption, modification, or destruction of information and information systems that support the operations and assets of the DHS, SSA, and the Web Services Employer; Page 14 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3067 of 3707 -Verify E•VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: 2.Develop policies and procedures that are based on risk assessments, cost-effectively reduce information security risks to an acceptable level, and ensure that information security is addressed throughout the life cycle of each organizational information system; 3.Implement subordinate plans for providing adequate information security for networks, facilities, information systems, or groups of information systems, as appropriate; 4.Conduct security awareness training to inform the Web Services Employer’s personnel (including contractors and other users of information systems that support the operations and assets of the organization) of the information security risks associated with their activities and their responsibilities in complying with organizational policies and procedures designed to reduce these risks; 5.Develop periodic testing and evaluation of the effectiveness of information security policies, procedures, practices, and security controls to be performed with a frequency depending on risk, but no less than once per year; 6.Develop a process for planning, implementing, evaluating, and documenting remedial actions to address any deficiencies in the information security policies, procedures, and practices of the organization; 7.Implement procedures for detecting, reporting, and responding to security incidents; 8.Create plans and procedures to ensure continuity of operations for information systems that support the operations and assets of the organization; 9.In information-sharing environments, the information owner is responsible for establishing the rules for appropriate use and protection of the subject information and retains that responsibility even when the information is shared with or provided to other organizations [NIST SP 800-37]. 10.DHS reserves the right to restrict Web Services calls from certain IP addresses. 11.DHS reserves the right to audit the Web Services Employer’s application. 12.Web Services Employers agree to cooperate willingly with the DHS assessment of information security and privacy practices used by the company to develop and maintain the software. C. DATA PROTECTION AND PRIVACY REQUIREMENTS 1.Web Services Employers must practice proper Internet security; this means using HTTP over SSL/TLS (also known as HTTPS) when accessing DHS information resources such as E-Verify [NIST SP 800-95]. Internet security practices like this are necessary because Simple Object Access Protocol (SOAP), which provides a basic messaging framework on which Web Services can be built, allows messages to be viewed or modified by attackers as messages traverse the Internet and is not independently designed with all the necessary security protocols for E-Verify use. 2.In accordance with DHS standards, the Web Services Employer agrees to maintain physical, electronic, and procedural safeguards to appropriately protect the information shared under this MOU Page 15 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3068 of 3707 -Verify £•VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: against loss, theft, misuse, unauthorized access, and improper disclosure, copying use, modification or deletion. 3.Any data transmission requiring encryption shall comply with the following standards: •Products using FIPS 197 Advanced Encryption Standard (AES) algorithms with at least 256-bit encryption that has been validated under FIPS 140-2. •NSA Type 2 or Type 1 encryption. 4.User ID Management (Set Standard): All information exchanged between the parties under this MOU will be done only through authorized Web Services Employer representatives identified above. 5.The Web Services Employer agrees to use the E-Verify browser instead of its own interface if it has not yet upgraded its interface to comply with the Federal Acquisition Regulation (FAR) system changes. In addition, Web Services Employers whose interfaces do not support the Form I-9 from 2/2/2009 or 8/7/2009 agree to use the E-Verify browser until the system upgrade is completed. 6.The Web Services Employer agrees to use the E-Verify browser instead of its own interface if it has not completed updates to its system to the satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services Employer of the system update. The Web Services Employer can resume use of its interface once it is up-to-date, unless the Web Services Employer has been suspended or terminated from continued use of the system. D. COMMUNICATIONS 1.The Web Services Employer agrees to develop an electronic system that is not subject to any agreement or other requirement that would restrict access and use by an agency of the United States. 2.The Web Services Employer agrees to develop effective controls to ensure the integrity, accuracy and reliability of its electronic system. 3.The Web Services Employer agrees to develop an inspection and quality assurance program that regularly (at least once per year) evaluates the electronic system, and includes periodic checks of electronically stored information. The Web Services Employer agrees to share the results of its regular inspection and quality assurance program with DHS upon request. 4.The Web Services Employer agrees to develop an electronic system with the ability to produce legible copies of applicable notices, letters, and other written, photographic and graphic materials. 5.All information exchanged between the parties under this MOU will be in accordance with applicable laws, regulations, and policies, including but not limited to, information security guidelines of the sending party with respect to any information that is deemed Personally Identifiable Information (PII), including but not limited to the employee or applicant’s Social Security number, alien number, date of birth, or other information that may be used to identify the individual. 6.Suspected and confirmed information security breaches must be reported to DHS according to Article V.C.1. Reporting such breaches does not relieve the Web Services Employer from further Page 16 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3069 of 3707 -Verify £•VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: requirements as directed by state and local law. The Web Services Employer is subject to applicable state laws regarding data protection and incident reporting in addition to the requirements herein. E. SOFTWARE DEVELOPMENT RESTRICTIONS 1.DHS reserves the right to terminate the access of any software developer with or without notice who creates or uses an interface that does not comply with E-Verify procedures. 2.Employers are prohibited from Web Services Software development unless they also create cases in E-Verify to verify their new hires’ work authorization. Those pursuing software development without intending to use E-Verify are not eligible to receive an ICA. At this time, E-Verify does not permit Web Services software development without also being a Web Services Employer or Web Services E-Verify E mployer Agent. F. PENALTIES 1.The Web Services Employer agrees that any failure on its part to comply with the terms of the MOU may result in account suspension, termination, or other adverse action. 2.DHS is not liable for any financial losses to Web Services Employer, its clients, or any other party as a result of account suspension or termination. ARTICLE VI MODIFICATION AND TERMINATION A. MODIFICATION 1.This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2.Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1.The Web Services Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Web Services Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Web Services Employer, or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements. The Web Services Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect Page 17 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3070 of 3707 -Verify £•VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: the performance of its contractual responsibilities. Similarly, the Web Services Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Web Services Employer’s business. 3.A Web Services Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Web Services Employer must provide written notice to DHS. If the Web Services Employer fails to provide such notice, then that Web Services Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4.The Web Services Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Web Services Employer or the Employer is terminated from E-Verify. ARTICLE VII PARTIES A.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Web Services Employer, its agents, officers, or employees. C.The Web Services Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Web Services Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Web Services Employer. E.The Web Services Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F.The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Web Services Employer and DHS respectively. The Web Services Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Web Services Employer, Page 18 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3071 of 3707 Verify E-VERIFV ISA SERVICE OF DH SAND SSA Company ID Number: its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G.The foregoing constitutes the full agreement on this subject between DHS and the Web Services Employer. Approved by: Web Services Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 19 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Electronically Signed 11/15/2024 USCIS Verification Division Electronically Signed 11/15/2024 Michele Minda The Pittsburgh Paints Co. Page 3072 of 3707 Verify E-VERIFV ISA SERVICE OF DH SAND SSA Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 20 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 The Pittsburgh Paints Co. 2,500 to 4,999 400 Bertha Lamme Drive Cranberry Township, PA 16066 BUTLER 251612585 325 1 site(s) Page 3073 of 3707 -Verify £•VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 21 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 1PA Page 3074 of 3707 -Verify £•VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 22 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 michele.minda@ppg.comEmail Fax Michele MindaName 4405703003Phone Number Page 3075 of 3707 5-Verify £•VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: This list represents the first 20 Program Administrators listed for this company. Page 23 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13 2571024 Page 3076 of 3707 Page 3077 of 3707 Addendum # 1 Date: August 25, 2025 From: Emily Jackson, Procurement Strategist To: Interested Bidders Subject: Addendum 1 Solicitation 25-8406 - Paint and Related Items The following clarifications are issued as an addendum: BID OPENING DAY/DATE/TIME: Monday August 25, 2025, 3:00 PM EST and is extended to Tuesday, September 2, 2025, at 3:00 PM EST If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date The Pittsburgh Paints Co (Name of Company Email: Emily.Jackson@colliercountyfl.gov Telephone: (239) 252-8947 Digitally signed by Charles Hobson DN: OU=PPG Corporate Accounts, O=PPG, CN=Charles Hobson, E=chobson @ppg.com Reason: I am approving this document Location: Date: 2025.08.26 11:24:52-04'00' Foxit PDF Editor Version: 13.1.6 Charles Hobson 8-26-25 Page 3078 of 3707 Page 3079 of 3707 Rev. 1 2025 Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and th is proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contrac t for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor’s bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: Page 3080 of 3707 Rev. 1 2025 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Page 3081 of 3707 Page 3082 of 3707 Item Category Product*Unit of Measure*Estimated Quantity*Manufacturer*Paint #*Retail List Price*% Discount Price Offered (After Discount)* Manufacturer*Paint #*Retail List Price* % Discount Price Offered (After Discount)* 1.1 Interior Latex, Eggshell Finish 1 Gallon 10 PITTSBUGH PAINTS 6-411/01 $ 51.10 $ 20.44 PPG - Speedhide Pro EV 12-110XI $ 70.70 $ 42.42 1.2 Interior Latex, Eggshell Finish 5 Gallon 10 PITTSBUGH PAINTS 6-411/05 $ 249.53 $ 99.81 PPG - Speedhide Pro EV 12-110XI $ 353.50 $ 212.10 1.3 Interior/Exterior Primer, Water-Based 1 Gallon 10 PITTSBUGH PAINTS 17-1000/01 $ 49.08 $ 19.63 PPG - Sealgrip 17-921-XI $ 79.68 $ 47.81 1.4 Interior/Exterior Primer, Water-Based 5 Gallon 10 PITTSBUGH PAINTS 17-1000/05 $ 245.45 $ 98.18 PPG - Sealgrip 17-921-XI $ 398.40 $ 239.04 2.1 Epoxy Coating, Two-Part 1 Gallon 10 PITTSBUGH PAINTS AK2-T2A/2U $ 400.88 $ 160.35 PPG - Amerlock 600 AK600-B $ 250.75 $ 175.53 2.2 Epoxy Coating, Two-Part 5 Gallon 10 PITTSBUGH PAINTS AK2-T2A/5U $ 982.94 $ 393.18 PPG - Amerlock 600 AK600-B $ 1,253.75 $ 877.63 2.3 Direct-to-Metal Acrylic Coating 1 Gallon 10 PITTSBUGH PAINTS 90-712/01 $ 73.00 $ 29.20 PPG - Pitt Tech Plus 90-1710 $ 137.12 $ 95.98 2.4 Direct-to-Metal Acrylic Coating 5 Gallon 10 PITTSBUGH PAINTS 90-712/05 $ 350.44 $ 140.18 PPG - Pitt Tech Plus 90-1710 $ 685.60 $ 479.92 3.1 Anti-Graffiti Coating, Clear 1 Gallon 5 RAINGUARD RIP00003/EA $ 94.85 $ 66.40 PPG - Rainguard VandlTop RIP00055 $ 69.89 $ 48.92 3.2 Anti-Graffiti Coating, Clear 5 Gallon 5 RAINGUARD RIP00004/EA $ 464.93 $ 325.45 PPG - Rainguard VandlTop RIP00057 $ 349.45 $ 244.62 3.3 Anti-Mold/Mildew Paint Interior 1 Gallon 5 PITTSBUGH PAINTS 16-1310/01 $ 102.67 $ 71.87 PPG - Permawhite by Zinsser PWH-02711 $ 62.89 $ 44.02 3.4 Anti-Mold/Mildew Paint Interior 5 Gallon 5 PITTSBUGH PAINTS 16-1310/05 $ 507.39 $ 355.17 PPG - Permawhite by Zinsser PWH-02700 $ 314.45 $ 220.12 4.1 Automotive Primer, Gray 1 Gallon 1 PITTSBUGH PAINTS GMF1023/54 $ 10.49 $ 7.34 Summit Racing SUM-UP220G $ 76.88 $ 69.19 4.2 Automotive Primer, Gray 5 Gallon 1 PITTSBUGH PAINTS GMF1023/54 $ 10.49 $ 7.34 Summit Racing SUM-UP220G $ 384.40 $ 345.96 4.3 Wheel Paint, Silver 1 Gallon 1 PITTSBUGH PAINTS GMF1025/54 $ 10.49 $ 7.34 Rust Bullet RSB-856084000555 $ 199.48 $ 179.53 4.4 Wheel Paint, Silver 5 Gallon 1 PITTSBUGH PAINTS GMF1025/54 $ 10.49 $ 7.34 Rust Bullet RSB-856084000548 $ 997.40 $ 897.66 $ 1,809.23 $ 4,220.44 Item Product Item Product 5 Delivery Charge 5 Delivery Charge Item Product Item Product 6 Percent discount off retail list price for all painting related li 6 Percent discount off retail list price for all painting related supplies. 7 Percent discount off retail list price for all painting related equipment and 7 Percent discount off retail list price for all painting related equipment and assessories. yes Yes yes yes yes 10% 10% % Discount Flat Delivery Fee (Per Order) Free Shipping % Discount 30% SPECIALITY PAINTS & COATINGS 30% AUTOMOTIVE PAINTS & COATINGS 10% TOTAL BID 30% TOTAL BID *The percentage discount per category will be used to create the fee schedule in any final agreement and applied to the vendor’s retail price list for each item purchased under that category. The details provided under Product, Unit of Measure, Estimated Quantity, Manufacturer, Paint Number, Retail List Price, and Price Offered (After Discount) are for EVALUATION PURPOSES ONLY. ARCHITECTURAL PAINTS & COATINGS 40% INDUSTRIAL PAINTS & COATINGS 30% 60% Vendor 2 : JAG TECH ENTERPRISES LLC Yes N/A Vendor 1 : The Pittsburgh Paints Company (Formally known as PPG Architectural Finishes, Inc.) Vendor 2 : JAG TECH ENTERPRISES LLCVendor 1 : The Pittsburgh Paints Company (Formally known as PPG Architectural Finishes, Inc.) Flat Delivery Fee (Per Order) 60% 30% No Charge 10% yes Form 4: Vendor Submittal – Local Vendor Preference Affidavit YES/NO Yes Yes yes yes yes N/A N/A N/A N/A REQUIRED FORMS AND DOCUMENTS YES/NO Form 1: Vendor Declaration Statement yes N/A yes Yes Yes Requriments: Store front location within 10 miles Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification 25-8406 Paint & Related Items Form 5: Reference Questionnaire Form 6: Grant Forms (if applicable) Vendor 2 : JAG TECH ENTERPRISES LLCVendor 1 : The Pittsburgh Paints Company (Formally known as PPG Architectural Finishes, Inc.) YES/NO Addendum yes yes Project Manager: Todd Fiedorowicz Procurement Strategist: Emily Jackson Notifications Sent: 3347 Viewed: 866 Bids Received: 2 Opened By: Emily Jackson Witnessed By: Olivia Puga Date: September 2, 2025, 3:00 PM EST Insurance and Bonding Requirements E-Verify Sunbiz Page Vendor W-9 Page 3083 of 3707 Procurement Services Division Notice of Recommended Award Solicitation: 25-8406 - Paint and Related Items Due Date and Time: September 2, 2025, at 3:00pm Respondents: Company Name City County State Bid Amount Responsive/Responsible The Pittsburgh Paints Company (Formally known as PPG Architectural Finishes, Inc.) Naples Collier county FL $1,626.21 Yes/Yes JAG TECH ENTERPRISES LLC Boca Raton Palm Beach County FL $4,220.44 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On July 17, 2025, the Procurement Services Division released notices for Invitation to Bid (ITB) No. 25-8406, “Paint and Related Items” to three thousand three hundred and forty-seven (3,347) vendors. Staff extended the deadline for seven (7) days, during which time additional vendor outreach was conducted. Eight hundred and sixty-six (866) vendors viewed the bid information, and two (2) bids were submitted by September 2, 2025, the submission deadline. Staff reviewed the bids received and determined both bidders to be responsive and responsible, with minor irregularities. Award has been established based on the lowest total bid. Staff recommends award to The Pittsburgh Paints Company (Formally known as PPG Architectural Finishes, Inc.), the lowest responsive and responsible bidder as shown above. Staff has determined it to be in the best interest of the County not to award a secondary. Contract Driven Purchase Order Driven Required Signatures Project Manager: Todd Fiedorowicz Procurement Strategist: Emily Jackson Procurement Services Director: __________________________________ _________________ Andres Fuentes Date Docusign Envelope ID: 9EB2A53E-C646-4BF1-8AA9-42C24AACA2C6 Page 3084 of 3707 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 3085 of 3707 INSURANCE AND BONDING REQUIREMENTS 25-8406 PAINT and RELATED ITEMS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $___________ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000______single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. 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. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ $1,000,000 Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Page 3086 of 3707 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Page 3087 of 3707 Page 3088 of 3707 Page 3089 of 3707 Page 3090 of 3707 Page 3091 of 3707 Page 3092 of 3707 Page 3093 of 3707 Page 3094 of 3707 Page 3095 of 3707 Page 3096 of 3707 Page 3097 of 3707 Page 3098 of 3707 Page 3099 of 3707 Page 3100 of 3707 Page 3101 of 3707 Page 3102 of 3707 Page 3103 of 3707 Page 3104 of 3707 Page 3105 of 3707 Page 3106 of 3707 Page 3107 of 3707 Page 3108 of 3707 Page 3109 of 3707 Page 3110 of 3707 Page 3111 of 3707 Page 3112 of 3707 Page 3113 of 3707 Page 3114 of 3707 Page 3115 of 3707 Page 3116 of 3707 Page 3117 of 3707 Page 3118 of 3707