Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2025-008ADocusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT No. 2025-008
SUPPLEMENTAL EMPLOYMENT
THIS AGREEMENT is made and entered into this 29 h day of January 2025, by and between the
CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida
whose address is: 685 W. Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"),
and PEOPLEREADY FLORIDA, INC., whose address is: 1015 A Street, Tacoma, WA 98402,
(hereinafter referred to as "CONTRACTOR").
WHEREAS, Lake County, through the public procurement process, awarded an Agreement for
Supplemental Employment Contract No. 24-505C;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto, and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and
conditions of the Lake County Contract Number 24-505C;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree
as follows:
SCOPE OF WORK
The CONTRACTOR shall furnish supplemental employment as described in the Lake County
Contract Number 24-505C, which is attached hereto and incorporated herein as Exhibit "A" and
shall perform everything required by this Agreement and the other exhibits attached hereto.
Provided, however, that nothing herein shall require CITY to purchase or acquire any items or
services from CONTRACTOR that is not specified in CITY's purchase order. To the extent of a
conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall
prevail and govern. In all instances, the CITY purchasing policy, resolutions, and ordinances shall
apply.
2. THE CONTRACT SUM
CITY shall pay CONTRACTOR for the faithful performance of the Agreement as set forth in the
Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and
incorporated herein.
3. TERM AND TERMINATION
A. This Agreement is to become effective upon execution by both parties, and shall remain
in effect until Tuesday, November 18, 2025 unless terminated or renewed by Lake
County or Contractor.
B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice
to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's
convenience upon thirty (30) days written notice to CONTRACTOR b) if
1
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
Piggyback Agreement
Supplemental Employment
CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general
assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of
the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a
labor dispute, which threatens to have a substantial, adverse impact upon the performance
of this Agreement, without prejudice to any other right or remedy CITY may have under
this Agreement. In the event of such termination, CITY shall be liable only for the
payment of all unpaid charges, determined in accordance with the provisions of this
Agreement, for work properly performed and accepted prior to the effective date of
termination. Notwithstanding the forgoing. Contractor may, upon thirty (30) day written
notice to City terminate this agreement without or without cause.
C. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2)
additional (2) year terms.
4. PROVISION OF SERVICES AND COMPLETION OF WORK
A. The CONTRACTOR shall only provide to CITY the services contained under the Scope
of Work upon receipt of an authorized order from CITY and shall provide the requested
items in the timeframe and as set forth in Lake County Contract Number 24-505C or in
the specific purchase order or authorized order submitted by CITY. Nothing herein shall
obligate CITY to purchase any specific amount of product from CONTRACTOR or
create an exclusive purchase agreement between CITY and CONTRACTOR.
B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if
there is an issue or question related to the fulfillment of the order or whether there will be
any delay in providing the items requested. Upon receipt of notification of the delay,
CITY may, at its sole option, cancel the order and seek the items from any available
source.
5. PAYMENTS
In accordance with the provisions fully set forth in the contract documents, the CONTRACTOR
shall submit an invoice to the CITY upon completion of the services and delivery of products as
set forth in the Agreement. The CITY shall make payment to the CONTRACTOR for all
undisputed amounts within thirty (30) calendar days of date of invoice..
6. DISPUTE RESOLUTION - MEDIATION
A. Any claim, dispute, or other matter arising out of or related to this Agreement shall be
subject to mediation as a condition precedent to voluntary arbitration or the institution of
legal or equitable proceedings by either party.
B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes, and other
matters in question between them by mediation.
2
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
Piggyback Agreement
Supplemental Employment
C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall
be held in Clermont, Lake County, Florida unless another location is mutually agreed
upon. Agreements reached in mediation shall be enforceable as settlement Agreements in
any court having jurisdiction thereof.
7. INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's Compensation Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's
Compensation Insurance for all its employees providing services under this Agreement and, in
case any work is sublet, the CONTRACTOR shall require the subcontractor similarly to provide
Worker's Compensation Insurance for all of the subcontractor employees unless such employees
are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with
the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous
work under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the
CITY, for the protection of employees not otherwise protected.
7.2. CONTRACTOR's Commercial General Liability Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial
General Liability and Business Automobile Liability Insurance for damage for personal injury,
including accidental death, as well as claims for property damages which may arise from operating
under this Agreement whether such operations are by itself or by anyone directly or indirectly
employed by it, and the amount of such insurance shall be as follows:
A. CONTRACTOR's Commercial General Liability, $1,000,000 Each ($2,000,000
aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage
Occurrence, Combined Single Limit
C. Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit
7.3. Indemnification Rider
A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold
harmless the CITY and its employees from and against all claims, damages, losses, and
expenses, including but not limited to reasonable attorney's fees, arising out of or
resulting from its performance of the Work, provided that any such claim, damage, loss
or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property (other than the Work itself), and (2) is caused by any
negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
Piggyback Agreement
Supplemental Employment
Such obligation shall not be construed to negate, abridge, or otherwise reduce any other
right to obligation of indemnity which would otherwise exist as to any party or person
described in this Article; however, this indemnification does not include the sole acts of
negligence, damage or losses caused by the CITY and its other contractors.
B. In any and all claims against the CITY or any of its agents or employees by any
employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be liable, the
indemnification obligations under this Paragraph shall not be limited in any way by any
limitation on the amount or type of damages, compensation or benefits payable by or for
the CONTRACTOR or any subcontractor under workers' or workmen's compensation
acts, disability benefit acts or other employee benefit acts.
C. Intentionally Omitted.
8. NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with return
receipt requested and postage prepaid, or by nationally recognized overnight courier service to the
address of the party set forth below. Any such notice shall be deemed given when received by the
party to whom it is intended.
CONTRACTOR:
PeopleReady Florida, Inc.
1015 A Street, Tacoma, WA 98402
Attn: Robin Ward, Branch Manager
Copy To: Contractsgtrueblue.com
Attn: Contracts -Commercial Law
OWNER:
City of Clermont
685 W. Montrose Street, Clermont, FL 34711
Attn: Rick Van Wagner, Interim City Manager
Either party may change the name of the person receiving notices and the address at which notices
are received by so advising the other party in writing.
4
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
Piggyback Agreement
Supplemental Employment
9. MISCELLANEOUS
9.1. Attorneys' Fees
In the event a suit or action is instituted to enforce or interpret any provision of this Agreement,
the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as
attorneys' fees at trial or on any appeal, in addition to all other sums provided by law.
9.2. Waiver
The waiver by CITY of breach of any provision of this Agreement shall not be construed or operate
as a waiver of any subsequent breach of such provision or of such provision itself and shall in no
way affect the enforcement of any other provisions of this Agreement.
9.3. Severability
If any provision of this Agreement or the application thereof to any person or circumstance is to
any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified
in such a manner as to make the Agreement valid and enforceable under applicable law, the
remainder of this Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest
extent permitted by applicable law.
9.4. Amendment
Except for as otherwise provided herein, this Agreement may not be modified or amended except
by an Agreement in writing signed by both parties.
9.5. Entire Agreement
This Agreement, including the documents incorporated by reference, contains the entire
understanding of the parties hereto and supersedes all prior and contemporaneous Agreements
between the parties with respect to the performance of services by CONTRACTOR.
9.6. Assignment
Except in the event of a merger, consolidation, or other change of control pursuant to the sale of
all or substantially all of either party's assets, this Agreement is personal to the parties hereto and
may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of
CITY.
9.7. Venue
The parties agree that the sole and exclusive venue for any cause of action arising out of this
Agreement shall be Lake County, Florida.
9.8. Applicable Law
This Agreement and any amendments hereto are executed and delivered in the State of Florida and
shall be governed, interpreted, construed, and enforced in accordance with the laws of the State of
Florida.
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
Piggyback Agreement
Supplemental Employment
9.9. Public Records
The CONTRACTOR expressly understands records associated with this project are public records
and agrees to comply with Florida's Public Records law, including the following:
A. Keep and maintain public records that ordinarily and necessarily would be required by
the CITY in order to perform the services contemplated herein.
B. Provide the public with access to public records on the same terms and conditions that the
CITY would provide the records and at a cost that does not exceed the cost provided in
Florida's Public Records law or as otherwise provided by law.
C. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all
public records in possession of CONTRACTOR upon the termination of the contract and
destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. The CONTRACTOR shall make reasonable
efforts to provide all records stored electronically to the CITY in a format compatible
with the information technology systems of the CITY.
E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE
CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC
RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331.
10. AGREEMENT DOCUMENTS
The Agreement Documents, as listed below, are herein made fully a part of this Agreement as if
herein repeated.
Document Precedence:
A. This Agreement
B. Purchase Order / Notice To Proceed
C. An applicable Contractor Quote or Statement of Work
D. All documents contained in the Lake County Contract Number 24-505C.
11
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
Piggyback Agreement
Supplemental Employment
IN WITNESS WHEREOF, the parties hereto have executed this Agreement.
CITY OF CLERMONT
1: Signed by:
2BA7692F758C492...
SIGNATURE
Tim Murry
ATTEST
DocuSigned by:
T A Elovt
3AD7F34905B344A...
SIGNATURE
Tracy Ackroyd Howe
FULL NAME FULL NAME
Mayor City Clerk
TITLE TITLE
1/30/2025 1/30/2025
DATE SIGNED
DATE SIGNED
STAMP
DS
7
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
Piggyback Agreement
Supplemental Employment
PEOPLEREADY FLORIDA, INC.
lDocuSigned by:
tb� fya�
A2DA5F3F7D3B4CE...
SIGNATURE
Logan Bradley
FULL NAME
Contract Services Manager
TITLE
1/30/2025
DATE SIGNED
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
BOARD OF COUNTY COM_-N'1ISSIONERS
LAKE COUNTY, FLORIDA
OFFICE OF THE COUNTY MANAGER
AGENDA ITEM COVER SHEET
MEETING DATE:
DATE: 10/21 /2024 11 /19/2024
ITEM TYPE: Consent
TO: Jennifer Barker, County Manager Item
THRU: ITEM ID: 33445
Jim Kovacs, Office Of Human Resources & Risk Management
Director
BY: Amy Munday, Contracting Officer II
SUBJECT: Supplemental Employment Services
RECOMMENDATION/REQUIRED ACTION: Approve
Recommend approval:
1. Of Contracts 24-505A - D, to A & Associates, Inc. (West Palm Beach, FL), CD
Staffing Inc. (Hollywood, FL), PeopleReady Florida, Inc. (Tacoma, WA, office in Eustis,
FL), and Waterfield Florida Staffing, LLC (West Palm Beach, FL) for supplemental
employment services; and
2. To authorize the Office of Procurement Services to execute all supporting
documentation.
The estimated annual fiscal impact is $300,000 (expenditure) and is within, and will not
exceed, available funding in any Fiscal Year Budget.
BACKGROUND SUMMARY: The Office of Procurement Services in coordination with
Human Resources & Risk Management, issued Request for Proposal 24-505 (RFP) for
supplemental employment services (a non -licensed service) as needed to replace
expiring Contracts 17-0001, and provides for an initial one-year term with two additional
two-year terms available.
Proposals were received from eight vendors as shown on the attached respondent
sheet. Evaluation of responses was conducted via formal Selection Committee (SC)
procedures. The SC summary memos reflect technical factors and pricing were
evaluated in compliance with the criteria within the RFP. The overall pricing associated
with the recommended vendors is competitive with all pricing submitted. Based on the
County's needs and in its best interests, the recommendation is to award contracts to
the four highest ranked and competitive -priced vendors: A & Associates, Inc., CD
Staffing Inc., PeopleReady Florida, Inc., and Waterfield Florida Staffing, LLC.
Fiscal Impact: $300,000.00 (expenditure)
Account No.:
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
Fund Name
Fund Number
I Org Code
Object Code
Project Number
A1�iount
VARIOUS
VARIOUS
VARIOUS
830340
$300,000
Advertised Date: Paper:
Attachments:
1.
24-505 Respondent List
2.
24-505 Selection Committee Minutes
3.
24-505A A & Associates Contract - VENDOR SIGNED
4.
24-505B CDS - VENDOR SIGNED
5.
24-505C Peo IeRead -VENDOR SIGNED
6,
24-505D Contract - VENDOR SIGNED
STAFF APPROVALS AND DATES:
Amy Munday
Ron Falanga
Kandace Pourbaix
Jim Kovacs
David Eichinger
Allison Teslia
Melanie Marsh
Jennifer Barker
Misty Spahn
ACTION TAKEN BY BOARD:
Action: New
Other:
Created/Initiated - 10/21/2024
Approved - 10/24/2024
Approved - 10/24/2024
Approved - 11 /7/2024
Approved - 11 /7/2024
Approved - 11 /7/2024
Approved - 11/11/2024
Approved - 11/11/2024
Final Approval - 11/12/2024
Continued/Deferred
Until:
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN
LAKE COUNTY, FLORIDA
AND PEOPLEREADY FLORIDA, INC.
FOR TEMPORARY LABOR SERVICES
RFP # 24-505C-1
This is an Agreement between Lake County, Florida, a political subdivision of the State of Florida,
(the "COUNTY") and PeopleReady Florida, Inc., a Foreign Profit Corporation authorized to do business
in the State of Florida, its successors and assigns (the "CONTRACTOR"), (each a "Party" and collectively,
the "Parties").
WITNESSETH
WHEREAS, the COUNTY publicly submitted a Request for Proposal (RFP), #24-505C-1, to
establish a contract with a qualified contractor for the provision of temporary labor services in conjunction
with the COUNTY' S needs; and
WHEREAS, the CONTRACTOR desires to perform such services subject to the terms of this
Agreement in conjunction with the COUNTY'S needs; and
WHEREAS, the provision of such services will benefit the Parties and the residents of Lake
County, Florida.
NOW, THEREFORE, IN CONSIDERATION of the mutual terms, understandings, conditions,
promises, covenants and payment hereinafter set forth, and intending to be legally bound, the Parties hereby
agree as follows:
1. Legal Findings of Fact. The foregoing recitals are hereby adopted as legislative findings of the
Board of County Commissioners and are ratified and confirmed as being true and correct and are hereby
made a specific part of this Agreement upon adoption hereof.
2. Purpose. The purpose of this Agreement is for the CONTRACTOR to provide temporary labor
services in conjunction with the COUNTY' S needs.
3. Scope. On the terms and conditions set forth in this Agreement, the COUNTY hereby engages the
CONTRACTOR to perform the services set forth herein, as more specifically described in the Scope of
Services, as modified or clarified by addendums, including the Submittal Form, attached hereto and
incorporated herein as Exhibit A (Composite). The Scope of Services may be modified by an amendment
to this Agreement, but to be effective and binding such amendment must be in writing and signed by the
Parties. The CONTRACTOR shall be governed by the Pricing Schedule, which includes the job
descriptions for each position for which the COUNTY may require services and the corresponding rate, set
forth in Exhibit B, attached hereto and incorporated herein by reference, unless such schedule is amended
by mutual, written agreement of each Party's project manager.
4. Term. This Agreement will be effective immediately upon approval by the Lake County Board of
County Commissioners (Effective Date). This Agreement will remain in effect for one (1) year from the
Effective Date with the option for two (2) subsequent two (2) year renewals. Renewals are contingent upon
written mutual agreement of the Parties. CONTRACTOR shall maintain, for the entirety of the stated
additional period(s), if any, the same prices, terms, and conditions included within this Agreement. The
Agreement remains in effect until completion of any expressed or implied warranty periods. Continuation
of this Agreement beyond the initial period is a prerogative of the COUNTY and not a right of
CONTRACTOR. This prerogative may be exercised only when such continuation is in the best interest of
Page I of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-I PeopleReady, Inc\24-505C-I Temporary Labor Agreement with
PeopleReady_fnal_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES; RFP #24-505C-1
the COUNTY. The COUNTY reserves the right to reject any written price adjustments submitted by the
CONTRACTOR and/or to not exercise any otherwise available option period based on such price
adjustments. The CONTRACTOR shall coordinate and work with any other contractors retained by the
COUNTY. The CONTRACTOR acknowledges that nothing herein shall be deemed to preclude the
COUNTY from retaining the services of other persons or entities undertaking the same or similar services
as those undertaken by the CONTRACTOR or from independently developing or acquiring materials or
programs that are similar to, or competitive with, the services provided under this Agreement.
5. Invoicin2 and Pavment.
A. Payment shall be made in accordance with the Pricing Schedule, as attached in Exhibit B. This
is an indefinite quantity contract with no guarantee services will be required. There is no guaranteed
minimum or maximum dollar amount or volume to be expended. A copy of the COUNTY' S Purchasing
Policy and Procedures shall be made available to the CONTRACTOR upon request.
B. The CONTRACTOR shall submit invoices to the COUNTY user department(s) after each week
has been completed. In addition to the general invoice requirements set forth below, the invoices shall be
sent directly to the County Department where the temporary employee was assigned. Submittal of these
periodic invoices shall not exceed thirty (30) calendar days from the delivery of temporary labor services.
Under no circumstances shall the invoices be submitted to the COUNTY in advance of the delivery and
acceptance of the services..
C. All invoices shall contain the contract and/or purchase order number, date and location of
service, and confirmation of acceptance of services by the appropriate COUNTY representative. Failure to
submit invoices in the prescribed manner will delay payment, and. the CONTRACTOR may be considered
in default of contract and this Agreement may be terminated.
D. Invoices shall provide the following information:
(1) Contractor's Name, address, and phone number
(2) Temporary Employee Name and County Work Location
(3) Name of County Employee the Temporary Employee is to report to
(4) Hourly rate
(5) Date and Number of hours the temporary employee worked
(6) Date and Number of hours the temporary employee worked overtime
(7) Invoice total
E. The COUNTY shall make payment on all invoices in accordance with the Florida Local
Government Prompt Payment Act, Chapter 218, Part VII, Florida Statutes. Failure to submit invoices in
the prescribed manner will delay payment and CONTRACTOR may be considered in default and this
Agreement may be terminated. COUNTY will pay interest not to exceed one percent (1 %) per month on
all undisputed invoices not paid within thirty (30) days after the due date. CONTRACTOR must invoice
COUNTY for any interest accrued in order to receive the interest payment. COUNTY shall reimburse
CONTRACTOR for required services timely submitted, approved, and accepted by COUNTY in
accordance with the terms of this Agreement. Other than the fees and rates set forth in Exhibit B,
CONTRACTOR shall not be entitled to payment for any expenses, fees, or other costs in may incur at any
time and in any connection with its performance hereunder.
F. Improper payment requests or invoices submitted by the CONTRACTOR shall be resolved as
provided in the Florida Local Government Prompt Payment Act, Section 218.76, Florida Statutes.
Page 2 of 27
S:\DOCUMEN'f\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-I PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEIOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES; RFP #24-505C-1
6. COUNTY Responsibilities.
A. The COUNTY shall pay CONTRACTOR in accordance with the provisions of this Agreement
and promptly review the deliverables and other materials submitted by the CONTRACTOR and provide
direction to the CONTRACTOR as needed.
B. The COUNTY shall designate one COUNTY staff member to act as COUNTY'S Project
Manager. It is agreed to by the Parties that the COUNTY' S Project Manager will decide all questions,
difficulties, or disputes, of whatever nature, which may arise relative to the interpretation of the plans,
construction, prosecution, and fulfillment of the Scope of Services, and as to the character, quality, amount,
and value of any work done, and materials furnished, under or by reason of this Agreement.
C. The COUNTY shall reimburse CONTRACTOR, in accordance with Exhibit B for required
services timely submitted and approved and accepted by COUNTY in accordance with the terms of this
Agreement.
D. The COUNTY will provide to the CONTRACTOR all necessary and available data, photos,
and documents the COUNTY possesses that would be useful to the CONTRACTOR in the completion of
the required services.
7. CONTRACTOR Responsibilities.
A. The CONTRACTOR shall perform the work described in the Scope of Services, including the
addendum thereto, attached and incorporated by reference herein as Exhibit A.
B. The CONTRACTOR shall assign the project personnel proposed in its submittal to the
COUNTY' S RFP to fulfill this Scope of Services unless the COUNTY agrees to substitutions.
C. The CONTRACTOR shall coordinate and lead all meetings necessary to accomplish the Scope
of Services. Preparation of all agendas, advertising, meeting minutes and sign -in sheets as necessary.
D. The CONTRACTOR shall manage all sub -contractors to fulfill this Scope of Services.
E. The CONTRACTOR shall provide all deliverables in format(s) as specified by the COUNTY.
F. The CONTRACTOR shall provide any requested progress or status reports necessary for grant
administration.
8. Qualifications. All firms or individuals will be registered with the State of Florida and have
obtained at least the minimum thresholds of education and professional experience required by the statutes
to perform the work required under this Agreement.
9. Termination.
A. Termination for Convenience. This Agreement may be terminated by the COUNTY upon
thirty (30) calendar days' written notice to the CONTRACTOR; but if any service or task under this
Agreement is in progress but not completed as of the date of termination, then this Agreement may be
extended upon written approval of the COUNTY until said service or task is completed and accepted. In
the event this Agreement is terminated or cancelled upon the request and for the convenience of the
COUNTY with the required thirty (30) calendar days' advance written notice, COUNTY shall reimburse
CONTRACTOR for actual work satisfactorily completed and reasonable expenses incurred.
Page 3 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_ftnal_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLE READY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES; RFP #24-505C-1
B. Termination for Cause. This Agreement may be terminated by the COUNTY due to the
CONTRACTOR'S breach of a material term of this Agreement, but only after the COUNTY has provided
CONTRACTOR with ten (10) calendar days' written notice for the CONTRACTOR to cure the breach and
the CONTRACTOR'S failure to cure the breach within that ten (10) day time period; but, if any work,
service, or task under this Agreement is in progress but not completed on the date of termination, then this
Agreement may be extended upon written approval of the COUNTY until the work, service, or task is
completed and accepted.
C. Termination Due to Unavailability of Funds in Succeeding Fiscal Years When funds are
not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal
year, this Agreement will be terminated, and CONTRACTOR shall be reimbursed for services satisfactorily
performed and the reasonable value of any non -recurring costs incurred but not amortized in the price of
the services delivered under this Agreement.
10. Assignment of Agreement. This Agreement shall not be assigned or sublet except with the written
consent of the COUNTY. No such consent shall be construed as malting the COUNTY a Party to the
assignment or subcontract or subjecting the COUNTY to liability of any kind to any assignee or
subcontractor. No assignment or subcontract shall under any circumstances relieve CONTRACTOR of
liability and obligations under this Agreement and all transactions with the COUNTY must be through
CONTRACTOR. In the event CONTRACTOR is acquired in whole or in part by another entity, including
any takeovers effectuated by a stock buyout, or similar acquisition process, CONTRACTOR shall notify
the COUNTY immediately, and in no case less than thirty (30) days prior to the effective date of the
acquisition. The COUNTY shall have the option of terminating this Agreement in the event the acquiring
entity does not meet with the COUNTY' S approval. Any acquisition or hostile takeover may result in
termination of this Agreement for cause. Failure to submit timely notification to the COUNTY may result
in a material breach of this Agreement and termination by the COUNTY or assessment of a processing fee.
11. Indemnity. CONTRACTOR will indemnify and hold harmless the COUNTY and its agents,
officers, commissioners, and employees for any damages resulting from failure of CONTRACTOR to take
out and maintain the above insurance. The CONTRACTOR will indemnify and hold harmless COUNTY,
COUNTY, its officers, employees, and agents from liabilities, damages, losses, and costs, including, but
not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or
intentionally wrongful conduct of CONTRACTOR, its personnel, employees, and other persons utilized by
CONTRACTOR in the performance of this Agreement, including defects in design, or errors or omissions
that result in material cost increases to COUNTY and/or COUNTY, pursuant to Section 725.08, Florida
Statutes. Such indemnification will include the payment of all valid (third -party) claims, losses, and
judgements in connection therewith and the payment of all related fees and costs. The COUNTY reserves
the right to defend itself with its own counsel or retained counsel at CONTRACTOR'S expense. The
indemnification obligation shall not be construed to negate, abridge, or reduce any other rights or remedies
which otherwise may be available to an indemnified Party or person described in this paragraph or be
deemed to affect the rights, privileges, and immunities of the COUNTY as set forth in Section 768.28,
Florida Statutes.
12. Independent Contractor. The CONTRACTOR agrees that it shall be acting as an independent
contractor and shall not be considered or deemed to be an agent, employee, joint venturer, or partner of the
COUNTY. The CONTRACTOR shall have no authority to contract for or bind the COUNTY in any
manner and shall not represent itself as an agent of the COUNTY or as otherwise authorized to act for or
on behalf of the COUNTY. Additionally, the CONTRACTOR warrants that it has not employed or retained
any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicit
or secure this Agreement and that it has not paid. or agreed to pay any person, company, corporation,
Page 4 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_fma1_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES; RFP #24-505C-1
individual, or firm other than a bona fide employee working solely for the CONTRACTOR any fee,
commission, percentage, gift, or other consideration contingent upon or resulting from the award or malting
of this Agreement.
13. Ownership of Deliverables. The CONTRACTOR agrees all Tasks and/or deliverables under this
Agreement, and other data generated or developed by the CONTRACTOR under this Agreement or
furnished by the COUNTY to the CONTRACTOR shall be and remain the property of the COUNTY,
including any applicable copyrights. The CONTRACTOR shall perform any acts that may be deemed
necessary or desirable by the COUNTY to evidence more fully transfer of ownership of all Tasks and/or
deliverables to the COUNTY. Additionally, the CONTRACTOR hereby represents and warrants that it
has full right and authority to perform its obligations specified in this Agreement.
14. Return of Materials. Upon the request of the COUNTY, but in any event upon termination of this
Agreement, the CONTRACTOR shall surrender to the COUNTY all memoranda, notes, records, drawings,
manuals, computer software, and other documents or materials pertaining to the services hereunder, that
were furnished to the CONTRACTOR by the COUNTY pursuant to this Agreement.
15. Retaining Other Contractors. Nothing herein shall be deemed to preclude the COUNTY from
retaining the services of other persons, contractors, or entities undertaking the same or similar services as
those undertaken by the CONTRACTOR or from independently developing or acquiring materials or
programs that are similar to, or competitive with, the services provided under this Agreement.
16. Accuracy. The CONTRACTOR is responsible for the professional quality, technical accuracy,
timely completion and coordination of all the services furnished hereunder. The CONTRACTOR shall,
without additional compensation, correct or revise any errors, omissions or other deficiencies in its designs,
drawings, reports or other services.
17. Certification Regarding Scrutinized Companies that Boycott Israel. By executing this
Agreement, the CONSULTANT hereby certifies that, pursuant to Section 287.135, Florida Statutes, it is
not listed on the Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel.
The CONSULTANT understands that pursuant to Section 287.135, Florida Statutes, the submission of a
false certification may subject it to civil penalties, attorneys' fees, and costs. The CONSULTANT further
understands that any agreement with the COUNTY for goods or services may be terminated at the option
of the COUNTY if the CONSULTANT is found to have submitted a false certification or has been listed
on the Scrutinized Companies that Boycott Israel list or is participating in a boycott of Israel.
18. Anti -Trafficking Related Activities. The U.S. Government has adopted a policy prohibiting
trafficking in persons including the trafficking -related activities listed below. These prohibitions
specifically apply to some federally funded contracts and prohibit contractors, contractor employees, and
their agents from:
A. Engaging in severe forms of trafficking in persons during the period of performance of the
Agreement;
B. Procuring commercial sex acts during the period of performance of the Agreement;
C. Using forced labor in the performance of the Agreement;
D. Destroying, concealing, confiscating, or otherwise denying access by an employee to the
employee's identity or immigration documents, such as passports or drivers' licenses, regardless of issuing
authority;
Page 5 of27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_f nal_9.09.2024. pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES;1tFP #24-505C-1
E. Using misleading or fraudulent practices during the recruitment of employees;
F. Charging employees or potential employees recruitment fees;
G. Failing to provide return transportation or paying for the cost of return transportation upon
the end of employment for certain employees;
H. Providing or arrange housing that fails to meet the host country housing and safety
standards; or
I. Failing to provide an employment contract, recruitment agreement, or other required work
documents in writing, as required by law or contract.
19. Non -Collusion. CONSULTANT, by entering into this Agreement, further certifies that the offer
made during the solicitation process, the prices provided to the COUNTY were arrived at independently,
without collusion, communication, or agreement, for the purpose of restricting competition with any other
consultant, bidder, or potential bidder, and in good faith and not pursuant to any agreement or discussion
with, or inducement from, any firm or person to submit a complementary bid. No attempts were made to
solicit, cause, or introduce any other firm or person to refrain from bidding on this project, or to submit a
bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of
complementary bid. Should the COUNTY, at any time during the term of this Agreement, become aware
of collusive acts by the CONSULTANT in submitting their bid, the COUNTY reserves the right to
terminate this Agreement without cost or penalty to the COUNTY.
20. Public Entity Crimes. As provided by Section 287,133, Florida Statutes, person or affiliate who
has been placed on the convicted vendor list following a conviction of a public entity crime may not be
awarded or perform work as a consultant, supplier or sub -consultant under a contract with any public entity
in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a
period of thirty-six (36) months from the date of being placed on the convicted vendor list.
21. Florida Convicted/Suspended Vendor Lists. By executing this Agreement CONTRACTOR
affirms that it is not currently listed on the Florida Department of Management Services Convicted Vendor
(Section 287.133, Florida Statutes) or Suspended Vendor (Section 287.1351, Florida Statutes) Lists.
22. Discriminatory Vendor List (State funded projects). As provided by Section 287.134, Florida
Statutes, a contractor who has been placed on the discriminatory vendor list may not submit a bid, proposal,
or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal,
or reply on a contract with a public entity for the construction or repair of a public building or public work;
may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded
or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public
entity; and may not transact business with any public entity. By entering into this Agreement,
CONSULTANT affirms that CONSULTANT is not on the Discriminatory Vendor List and will ensure that
any subcontractors retained for performance under this Agreement are not listed on the Discriminatory
Vendor List.
23. Antitrust Violator Vendor List (State funded projects). As provided by Section 287.137,
Florida Statutes, a contractor who has been placed on the antitrust violator vendor list following a conviction
or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply for any new
contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply for a
new contract with a public entity for the construction or repair of a public building or public work; may not
Page 6 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_finat_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES; RFP #24-505C-1
submit a bid, proposal, or reply on new leases of real property to a public entity; may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a new contract with a public
entity; and may not transact new business with a public entity. By entering into this Agreement,
CONSULTANT affirms that CONSULTANT is not on the Antitrust Violator Vendor List and will ensure
that any subcontractors retained for performance under this Agreement are not listed on the Antitrust
Violator Vendor List.
24. Foreign gifts and contracts. Pursuant to Section 286.101, Florida Statutes, CONSULTANT shall
disclose to the COUNTY any current or prior interest of, any contract with, or any grant or gift received by
a foreign country of concern if such interest, contract, or grant or gift (1) had a value of $50,000 or more
and (2) such interest existed at any time or such contract or grant or gift was received or in force at any time
during the previous five (5) years. Foreign country of concern is defined in Section 286.101(1)(b), Florida
Statutes, as the People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the
Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro,
or the Syrian Arab Republic, including any agency of or any other entity under significant control of such
foreign country of concern. CONTRACTOR'S disclosure must include the amount of the contract or grant
or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable,
the date of termination of the contract or interest, the date of receipt of the grant of gift, and the name of the
agent or controlled entity that is the source or interest holder. The COUNTY may request records relevant
to a reasonable suspicion that a disclosure has not been made and the CONTRACTOR shall provide the
required records within thirty (30) days of the COUNTY making such request, or at a later time as agreed
to by the Parties.
25. Contracting with foreign entities of concern. Pursuant to Section 287.138, Florida Statutes, for
contracts where CONTRACTOR may have access to personal identifying information, CONTRACTOR
certifies to the COUNTY by submitting its bid that (1) CONTRACTOR is not owned by a government of
a foreign country of concern; (2) a government of a foreign country of concern does not have a controlling
interest in CONTRACTOR; and (3) CONTRACTOR is not organized under the law of nor has its principal
place of business in a foreign country of concern. For the purposes of this section, foreign country of
concern means the People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the
Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro,
or the Syrian Arab Republic, including any agency of or any other entity of significant control of such
foreign country of concern, as defined in Section 287.138(1)(c), Florida Statutes.
26. Social, political, or ideological interests. Per Section 287.05701, Florida Statutes, the COUNTY
will not request documentation of or consider a vendor's social, political, or ideological interests when
determining if the vendor is a responsible vendor.
27. Disadvantaged Businesses. The COUNTY has adopted policies which assure and encourage the
full participation of Disadvantaged Business Enterprises (DBE) in the provision of goods and services. The
COUNTY encourages joint ventures between majority -owned firms and qualified
disadvantaged/minority/women-owned firms.
28. Tobacco Products. Tobacco use, including both smoke and smokeless tobacco, is prohibited on
COUNTY owned property.
29. Civil Rights Act. During the term of this Agreement CONTRACTOR assures COUNTY that it is
in compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of
1992, in that CONTRACTOR does not, on the grounds of race, color, national origin, religion, sex, age,
disability or marital status, discriminate in any form or manner against CONSULTANT'S employees or
applicants for employment. CONTRACTOR understands and agrees that this Agreement is conditioned
Page 7 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Ine\24-505C-1 Temporary Labor Agreement with
Peop1eReady_Sna1_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES; RFP #24-505C-1
upon the veracity of this statement of assurance. CONTRACTOR shall provide COUNTY with executed
Title VI Non -Discrimination Assurances.
30. Governing Law, Venue, and Waiver of Jury Trial. This Agreement is made under, and in all
respects shall be interpreted, construed, and governed by and in accordance with, the laws of the State of
Florida. Venue for any legal action resulting from this Agreement shall lie in Lake County, Florida. THE
CONSULTANT, BY ENTERING INTO THIS AGREEMENT, KNOWINGLY AND VOLUNTARILY
WAIVES ANY RIGHT IT MAY HAVE TO A JURY TRIAL IN ANY CIVIL LITIGATION MATTER
ARISING FROM OR RELATING TO THIS AGREEMENT.
31. Force Maieure. The Parties will exercise every reasonable effort to meet their respective
obligations under this Agreement, but will not be liable for delays resulting from force majeure or other
causes beyond their reasonable control,, including, but not limited to, compliance with any Government law
or regulation, acts of nature, acts or omissions of the other Party, Government acts or omissions, fires,
strikes, national disasters, wars, riots, transportation problems and any other cause whatsoever beyond the
reasonable control of the Parties. Any such cause will extend the performance of the delayed obligation to
the extent of the delay so incurred.
32. Prohibition Against Contingent Fees. The CONTRACTOR warrants that they have not
employed or retained any company or person, other than a bona fide employee working solely for the
CONTRACTOR, to solicit or secure this Agreement, and that they have not paid or agreed to pay any
person, company, corporation, individual, or firm, other than a bona fide employee working solely for the
CONTRACTOR any fee, commission, percentage, gift or other consideration contingent upon or resulting
from the award or making of this Agreement.
33. Insurance.
A. CONTRACTOR shall purchase and maintain, without cost or expense to the COUNTY,
policies of insurance as indicated below, with a company or companies authorized to do business in the
State of Florida, and which are acceptable to the COUNTY, insuring CONTRACTOR against any and all
insured claims, demands, or causes of action whatsoever, for injuries received or damage to property
relating to the performance of duties, services and obligations of CONTRACTOR under the terms and
provisions of the Agreement. An original certificate of insurance, indicating that CONTRACTOR has
coverage in accordance with the requirements of this section must be received and accepted by the
COUNTY prior to contract execution or before any work begins. It will be furnished by CONTRACTOR
to the COUNTY'S Project Manager and Procurement Services Director within five (5) working days of
such request.
B. The Parties agree that the policies of insurance and confirming certificates of insurance
shall insure CONTRACTOR is in accordance with the following minimum limits:
1. General Liability insurance on forms no more restrictive than the latest edition of
the Occurrence Form Commercial General Liability policy (CG 00 01) of the Insurance Services
Office or equivalent without restrictive endorsements, with the following minimum limits and
coverage:
Each Occurrence/General Aggregate...........................$1,000,000/$2,000,000
Products -Completed Operations................................$2,000,000
Personal & Adv. Injury..........................................$1,000,000
Fire Damage.......................................................$50,000
Medical Expense..................................................$5,000
Page 8 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
Peop1eReady_fina1_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES; RFP #24-505C-1
Contractual Liability ..............................................Included
2. Automobile liability insurance, including owned, non -owned and hired autos with
the following minimum limits and coverage:
Combined Single Limit............................................$1,000,000
3. Workers' compensation insurance in accordance with Chapter 440, Florida
Statutes, and/or any other applicable law requiring workers' compensation (Federal, maritime, etc.).
4. Employer's liability insurance with the following minimum limits and coverage:
Each Accident ..................................................... $1,000,000
Disease -Each Employee..........................................$1,000,000
Disease -Policy Limit..............................................$1,000,000
5. Professional liability and/or specialty insurance (medical malpractice, engineers,
architect, consultant, environmental, pollution, errors and omissions, etc.) as applicable, with
minimum limits of $1,000,000 per claim and annual aggregate of $2,000,000.
C. Lake County, a Political Subdivision of the State of Florida, and the Board of County
Commissioners, shall be listed as additional insured as their interest may appear all applicable policies.
Certificate(s) of insurance must identify the RSQ number in the Description of Operations section on the
Certificate.
D. CONSULTANT shall provide for a minimum of thirty (30) days prior written notice to the
COUNTY of any change, cancellation, or nonrenewal of the required insurance. It is the CONSULTANT'S
specific responsibility to ensure that any such notice is provided within the stated timeframe.
E. Certificate of insurance shall evidence a waiver of subrogation in favor of the COUNTY,
that coverage shall be primary and noncontributory, and that each evidenced policy includes a Cross
Liability or Severability of Interests provision, with no requirement of premium by the COUNTY.
F. CONSULTANT must provide a copy to the COUNTY of all policy endorsements,
reflecting the required coverage, with the COUNTY and its Governing Board listed as an additional insured
on the General Liability and Automobile Liability Policy along with all required provisions to include
waiver of subrogation, with the exception of workers' compensation and professional liability. (Note: A
simple COI WILL NOT be accepted in lieu of the policy endorsements).
G. Certificate holder shall be:
LAKE COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA, AND
THE BOARD OF COUNTY COMMISSIONERS.
P.O. BOX 7800
TAVARES, FL 32778-7800
H. All self -insured retentions shall appear on the certificate(s) and shall be subject to approval
by the COUNTY. At the option of the COUNTY, the insurer shall reduce or eliminate such self -insured
retentions or CONSULTANT will be required to procure a bond guaranteeing payment of losses and related
claims expenses.
Page 9 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-I Temporary Labor Agreement with
Peop1eReady_fina1_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES; RFP #24-505C-1
I. The COUNTY shall be exempt from, and in no way liable for, any sums of money, which
may represent a deductible or self -insured retention in any insurance policy. The payment of such
deductible or self -insured retention shall be the sole responsibility of CONSULTANT and/or sub -consultant
providing such insurance.
J. CONSULTANT shall be responsible for sub -consultants, if any, and to ensure that such
subconsultants are maintaining insurance during the term of this Agreement. Subconsultants are to provide
Certificates of Insurance to the COUNTY evidencing coverage and terms in accordance with
CONSULTANT'S requirements.
K. Failure to obtain and maintain such insurance as set out above will be considered a breach
of contract and may result in termination of this Agreement for cause.
L. Neither approval by the COUNTY of any insurance supplied by CONSULTANT, nor a
failure to disapprove that insurance, shall relieve CONSULTANT of full responsibility of liability,
damages, and accidents as set forth herein.
34. Right to Audit. The COUNTY reserves the right to require CONTRACTOR to submit to an audit
by any auditor of the COUNTY'S choosing. CONTRACTOR shall provide access to all of its records,
which relate directly or indirectly to this Agreement at its place of business during regular business
hours. FIRM shall retain all records pertaining to this Agreement and upon request make them available to
the COUNTY for five (5) years following expiration of the Agreement, or for such time as set forth in the
Florida Department of State, Division of Library and Information Services, General Records Schedule GS 1-
SL, a copy of which can be found at this link: htt-os://files.floridados.gov/medianO3328/gsI-sl-20201)df,
whichever is longer. CONTRACTOR agrees to provide such assistance as may be necessary to facilitate
the review or audit by the COUNTY to ensure compliance with applicable accounting and financial
standards. This provision is hereby considered to be included within, and applicable to, any subcontractor
agreement entered into by the CONTRACTOR in performance of any work hereunder.
35. Public Records/Copyrights.
A. All electronic files, audio and video recordings, and all papers pertaining to any activity
performed by the CONTRACTOR for or on behalf of the COUNTY will be the property of the COUNTY
and will be turned over to the COUNTY upon request. In accordance with Chapter 119, Florida Statutes,
each file and all papers pertaining to any activities performed for or on behalf of the COUNTY are public
records available for inspection by any person even if the file or paper resides in the CONTRACTOR'S
office or facility. The CONTRACTOR will maintain the files and papers for not less than three complete
calendar years after the Service has been completed or terminated, or in accordance with any grant
requirements, whichever is longer. Prior to the close out of this Agreement, the CONTRACTOR will
appoint a records custodian to handle any records request and provide the custodian's name and telephone
numbers to the COUNTY'S Project Manager.
B. Pursuant to Section 119.0701, Florida Statutes, CONTRACTOR shall comply with the
Florida Public Records' laws, and shall:
1. Keep and maintain public records required by the COUNTY to perform the
services identified in this Agreement.
2. Upon request from the COUNTY'S custodian of public records, provide the
COUNTY with a copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided for by law.
Page 10 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_final 9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES, RFP #24-505C-1
3. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the duration of the contract
term and following completion of the contract if CONTRACTOR does not transfer the records to the
COUNTY.
4. Upon completion of the contract, transfer, at no cost, to the COUNTY all public
records in possession of CONTRACTOR or keep and maintain public records required by the COUNTY
to perform the service. If CONTRACTOR transfers all public records to the COUNTY upon completion
of the contract, CONTRACTOR shall destroy any duplicate public records that are exempt, or confidential
and exempt, from public records disclosure requirements. If CONTRACTOR keeps and maintains public
records upon completion of the contract, CONTRACTOR shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the COUNTY, upon request
from the COUNTY'S custodian of public records, in a format that is compatible with the information
technology systems of the COUNTY.
C. IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT LAKE COUNTY OFFICE OF PROCUREMENT SERVICES,
315 WEST MAIN STREET, P.O. BOX 7800, TAVARES, FL 32778 OR AT
352-343-9424 OR VIA EMAIL AT
PURCHASING a,LAKECOUNTYFL.GOV.
D. Failure to comply with this subsection will be deemed a breach of the Agreement and
enforceable as set forth in Section 119.0701, Florida Statutes.
E. Unless otherwise provided, CONTRACTOR shall maintain substantiating records as
required by the State of Florida, General Records Schedule GS 1-SL ("Schedule") for State and Local
Government Agencies, a copy of which can be found at: https:Hdos.fl.gov/library-archives/records-
management/general-records-schedules/. If CONTRACTOR receives notification of a dispute or the
commencement of litigation regarding the Project within the time specified in the Schedule, the
CONTRACTOR shall continue to maintain all service records until final resolution of the dispute or
litigation.
F. Confidential and/or Exempt Information. CONTRACTOR must maintain the confidential
and/or exempt nature of all confidential and/or exempt documents received or prepared as part of any task
order authorizing work under this Agreement. Upon completion of each task order, CONTRACTOR will
return to COUNTY all confidential and/or exempt project documents, including, but not limited to, designs,
files, photos, reports, maps, drawings, specifications, schematics, diagrams, shop drawings, construction
documents and electronic files. CONTRACTOR will provide written certification to COUNTY that all
documents designated as confidential and/or exempt have been returned to the COUNTY or destroyed.
36. Minimum Wage. Under this Agreement, the wage rate paid to all employees employed by the
CONTRACTOR for the work under the contract shall not be less than the prevailing wage rates for similar
classifications of work as established by the Federal Government and enforced by the U.S. Department of
Labor, Wages and Hours Division, and Florida's Minimum Wage requirements in Article X, Section 24 (f)
Page 11 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
Peop1eReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES; RFP #24-505C-1
of the Florida Constitution and enforced by the Florida Legislature by statute or the State Agency for
Workforce Innovation by rule, whichever is higher.
37. E-verify. The CONTRACTOR shall utilize the U.S. Department of Homeland Security's E-Verify
system in accordance with the terns governing use of the system to confirm the employment eligibility of.
A. All persons employed by the CONTRACTOR during the term of this Agreement to
perform employment duties within Lake County; and
B. All persons, including subcontractors, assigned by the CONTRACTOR to perform work
pursuant to the contract.
and shall expressly require any contractor and subcontractors performing work or providing services
pursuant to a state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify
system to verify the employment eligibility of all new employees hired by the subcontractor during the
contract tern.
38. Reporting. Consistent with the administrative needs of the COUNTY, certain relevant data
regarding purchases of goods and/or services under COUNTY contracts is to be gathered and maintained.
Accordingly, the CONTRACTOR under this Agreement is to provide report(s) on a semi-annual basis to
the COUNTY as to the nature of the services purchased from them by the COUNTY during the preceding
six months. Each report shall include the quantity, description and unit price(s) of the services.
Each report shall be submitted no later than fifteen (15) calendar days after the expiration of the sixth (6")
month of each contract period. Failure to comply with this reporting requirement may be considered a
breach of performance and subject to formal proceedings in that regard.
39. Governing Law and Venue. This Agreement is made under, and in all respects shall be
interpreted, construed, and governed by and in accordance with, the laws of the State of Florida. Venue for
any legal action resulting from this Agreement shall lie in Lake County, Florida.
40. Neither party may assign any rights or obligations under this Agreement to any other party unless
specific written permission from the other party is obtained.
41. Captions. The captions utilized in this Agreement are for the purposes of identification only and
do not control or affect the meaning or construction of any of the provisions hereof.
42. This Agreement shall be binding upon and shall inure to the benefit of each of the parties and of
their respective successors and permitted assigns.
43. This Agreement may not be amended, released, discharged, rescinded or abandoned, except by a
written instrument duly executed by each of the parties hereto.
44. The failure of any party hereto at any time to enforce any of the provisions of this Agreement will
in no way constitute or be construed as a waiver of such provision or of any other provision hereof, nor in
any way affect the validity of, or the right thereafter to enforce, each and every provision of this Agreement.
45. The CONTRACTOR shall at all times comply with all Federal, State and local laws, rules and
regulations.
Page 12 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_fmal_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES: RFP #24-505C-1
46. The CONTRACTOR shall either be registered or have applied for registration with the Florida
Department of State in accordance with the provisions of Chapter 607, Florida Statutes.
47. The CONTRACTOR shall not assign or transfer this Agreement, including any rights, title or
interest therein, or its power to execute such contract to any person, company or corporation without the
prior written consent of the COUNTY. This provision specifically includes any acquisition or hostile
takeover of the CONTRACTOR. Failure to comply in this regards may result in termination of this
Agreement for default.
48. Fraud, Misrepresentation, and Material Misstatements. Any individual, corporation or other
entity that attempts to meet its contractual obligations through fraud, misrepresentation or other material
misstatement, may be debarred for up to five (5) years. The COUNTY as a further sanction may terminate
or cancel any other contracts with such individual, corporation or entity with such vendor held responsible
for all direct or indirect costs associated with termination or cancellation, including attorney's fees.
49. The COUNTY reserves the right to perform, or cause to be performed, all or any of the work and
services herein described in the manner deemed to represent its best interests. In no case will the COUNTY
be liable for billings in excess of the quantity of goods or services actually provided under this contract.
50. This Agreement may be modified by mutual consent of duly authorized parties, in writing through
the issuance of a modification to this Agreement and/or purchase order as appropriate. This presumes the
modification itself is in compliance with all applicable COUNTY procedures.
51. The COUNTY has the unilateral option to extend this Agreement for up to ninety (90) calendar
days beyond the current contract period. In such event, the COUNTY will notify the CONTRACTOR in
writing of such extensions. This Agreement may be extended beyond the initial ninety (90) day extension
upon mutual agreement between the COUNTY and the CONTRACTOR. Exercise of the above options
requires the prior approval of the Procurement Services Manager.
52. Severability. The invalidity or unenforceability of any particular provision of this Agreement shall
not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid
or unenforceable provisions were omitted.
53. Notice. Wherever provision is made in this Agreement for the giving, service or delivery of any
notice, statement or other instrument, such notice shall be in writing and shall be deemed to have been duly
given, served and delivered, if delivered by hand or mailed by United States registered or certified mail or
sent by facsimile, addressed as follows:
If to CONTRACTOR:
Samantha Palmer, Contract Specialist
PeopleReady Florida, Inc.
1015 A Street
Tacoma, WA 98402
If to COUNTY:
County Manager
Lake County Administration Bldg.
Post Office Box 7800
Tavares, Florida 32778-7800
Each party hereto may change its mailing address by giving to the other party hereto, by hand delivery,
United States registered or certified mail notice of election to change such address.
Page 13 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_ nial_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES; RFP #24-505C-1
54. Scope of Agreement. This Agreement is intended by the parties hereto to be the final expression
of their Agreement, and it constitutes the full and entire understanding between the parties with respect to
the subject hereof, notwithstanding any representations, statements, or agreements to the contrary
heretofore made.
55. This Agreement contains the following Exhibits:
Exhibit A (Composite) Scope of Services/Addendum/Submittals
Exhibit B Pricing Schedule
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the
respective dates under each signature: COUNTY through its Board of County Commissioners, signing by
and through its Chair and by CONTRACTOR through its duly authorized representative.
CONTRACTOR
�7
Logan Bradley �7 Contract Services Manager
2024.10.23 10:28:13-07'00'
PeopleReady Florida, Inc. Logan t8rdley, C5M.
This day of , 2024.
Page 14 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
AGREEMENT BETWEEN LAKE COUNTY, FLORIDA, AND PEOPLEREADY FLORIDA, INC., FOR TEMPORARY LABOR
SERVICES: RFP #24-505C-1
COUNTY
ATTEST: LAKE COUNTY, through its
�-, � j BOARD OF COUNTY COMMISSIONERS
Gary ne , Jerk Leslie Campione, Chairman
Board ounty Commissi ers d
of Lake County, Florida This � --1 ' day of 0 &V . , 2024.
Approved as to form and legality:
1 l (l�1
Melanie Marsh
County Attorney
Page 15 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
Peop1eReady_fin0_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
EXHIBIT A — SCOPE OF SERVICES 24-505
1. STAFFING
1.1. Temporary labor will be requested by the County's using department in writing. Contractor
will provide the name(s) and resume(s) (as needed) of proposed candidates for selection and
approval by the County. I
1,1.1. The County may ask for positions not listed in Attachment 2 — Pricing Sheet. Contractor
shall submit a written quote for County approval. The County will modify the Contract
to include additional category(ies).
1.2. Work performed in excess of forty (40) hours per week must be approved by the County in
writing verified on the Contractor's time sheet and be signed by the County Department
Director. Approved overtime shall be paid at a rate of 1.5 times the hourly contracted rate.
1.3. County may, at its sole discretion, decide to interview candidates. Interviews may be
conducted in person at a County location. Contractor is solely responsible for arranging for
transportation to and from the interview location and for . any associated costs; further,
contractor is solely responsible for any costs associated with candidate's time related to the
interview.
2. CONTRACTOR REQUIREMENTS
2.1. All temporary labor provided shall meet or exceed, at a minimum, each of the following
requirements:
2.1.1. Project a professional image and deal effectively with the public; most supplemental
staff will have high public exposure.
2.1.2. Punctuality and attendance.
2.1.3. Ability to following instructions/directions and the ability to work independently
after receiving instructions/directions. Physically and mentally capable of performing
the essential functions of the position.
2.1.4. Possess all worlcsite and task specific safety/personal protective equipment required
to perform the job requested, including, but not limited to worlcsite appropriate
gloves, safety shoes/boots, hard hat/head cover, safety glasses, and safety vest. Safety
equipment shall be in good condition and meet or exceed the quality of the equipment
that is currently used by the County.
2.1.5. Dress Code: The County will advise the Contractor of the appropriate work attire for
the job. All supplemental staff must dress in a manner which is appropriate to the
type of work performed and have a neat and orderly appearance.
2.1.6. Possess appropriate driver's license as required for heavy equipment operation and/or
truck driving.
2.1.7. All laborers must be legally authorized to work in the United States for the entire
term of service to the County. Contractor shall utilize the Department of Homeland
Security's E-Verify system in accordance with the terms governing use of the system
to confirm the employment eligibility of all laborers referred to the County.
Contractor shall provide documentation to the County evidencing that the person has
legal permission to work in the United States.
2.1.8. All laborers are required to speak, read, and write English.
Page 1 of 2
Page 16 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
EXHIBIT A — SCOPE OF SERVICES
24-505
2.1.9. Individuals are required to report any accidents or incidents immediately to the
County Supervisor and follow up with the appropriate paperwork and/or instructions
provided by the County Supervisor.
2.1.10. Contractor must have an office located•within the State of Florida.
2.2. Contractor shall provide at no additional cost to the County
2.2.1. A state and national criminal history background check for each candidate shall be
completed by the Contractor. Each background check shall follow the Background
Investigation Procedures established by the Florida Department of Law Enforcement,
Division of Criminal Justice Standards and Training. The pass or fail results of the
background check must be approved in writing before the individual starts work with
the County.
2.2.2. A drug and alcohol screening per the Department of Transportation (DOT) standards
shall be completed on every candidate within the last ninety (90) days of temporary
job placement. A positive test is not acceptable.
2.2.3. A copy of the candidate's driver's license for all equipment operators and truck
drivers must be provided to the County's Office of Human Resources and Risk
Management where they will do a seven (7) year driving record review.
2.2.4. A designated Contract Manager shall be provided to work directly with the County
for job requirements of supplemental staff, complaints, concerns, and issues that may
arise.
3. COUNTY REQUIREMENTS
3.1. The County may cancel services with at least a two (2) hour notice before the scheduled start
to work, time resulting in no charge to the County. If the County is unable to give a two (2)
hour notice, the Contractor shall be paid for two (2) hours of work time for each affected
person.
3.2. Contractor to remove staff the County deems careless, incompetent, insubordinate,
reasonably objectionable, or whose continued placement at the County is deemed to be
contrary to the interest of the County.
3.2.1. Contractor shall provide a replacement within twenty-four (24) hours for any
individual who is unable to perform duties to the satisfaction of the County.
Replacement requirements are the same as those specified in the original placement.
3.3. Should the County offer any of the Contractor's employees a permanent position with the
County, there shall be no charges or stipulations to the County (i.e., buy-outs or penalties).
[The remainder of this page intentionally left blank]
Page 2 of 2
Page 17 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ADDENDUM NO. 1 24-505
LADE
COUNTY, FL
REAL FLORIDA • REAL C.0>E
Office of Procurement Services
P.O. Box 7800 • 315 W. Main St., Suite 416 • Tavares, FL 32778
SOLICTATION: Supplemental Employment 3/5/2024
Vendors are responsible for the receipt and acknowledgement of all addenda to a solicitation. Confirm
acknowledgement by including an electronically completed copy of this addendum with submittal.
Failure to acknowledge each addendum may prevent the submittal from being considered for award.
THIS ADDENDUM DOES NOT CHANGE THE DATE FOR RECEIPT OF PROPOSALS.
QUESTIONS/RESPONSES
Q 1. Requesting that Item 2.1.6 under Section 2 of the Exhibit A— Scope of Work be removed.
R1. No, this item shall not be removed as it states, "as required" and this item will be required for any
person operating heavy equipment and/or truck driving of County property.
Q2. Requesting that the following be removed from Item 2.2.1 from Section 2: " K there is anything
found on the background check the Contractor shall provide a copy of the background check to
the Counby's Office of Human Resources and Risk Mangeg_ment for review and gp roval ". Also,
to add the following to 2.2.1 to read as follows: The pass or fail results of the background check
must be approved in writing before the individual start work with the County.
R2. This change has approved. See Exhibit A -Scope of Work REVISED 03.01.24 on the County
website.
Q3. Requesting that Item 2.2.3 under Section 2 of the Exhibit A — Scope of Work be removed.
R4. No, this item shall not be removed as there are positions requested that are required.
Q5. Requesting that the following be removed from Exhibit B — Insurance Requirements: Fire Damage
$50,000 and Medical Expense $5,000
R5. Fire Damage for $50,000 will not be removed. The Medical Expense for $5,000 has been
removed. Please see Exhibit B — Insurance Requirements 24-505 REVISED 03.05.24.
Q6. Requesting that the following be updated on Exhibit B — Insurance Requirements, Section B: "Lake
County, a Political Subdivision of the State of Florida, and the Board of County Commissioners, will
be included as an additional insured party on Contractor's Commercial General Liability policy, but
only to the extent of Contractor's indemnity obligations. Certificates of Insurance must identify the
RFP or ITB number in the Description of Operations section on the Certificate.
R7. This will not be removed.
Q8. Requesting the following change to Exhibit B — Insurance Requirements, Section D: "Certificates
of insurance must evidence a waiver of subrogation in favor of the COUNTY, that coverage must be
primary and noncontributory, with respect to the Commercial General Liability and Workers
Page 18 of27 Page 1 of 3
S:\DOCUMENM024\PROCUREMENT124-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ADDENDUM NO. 1
24-505
Compensation policies and includes a Cross Liability or Severability of Interest provision, with no
requirement of premium by the COUNTY.
R8. This will not be removed.
Q9. Requesting that the following be removed from Exhibit B — Insurance Requirements, Section E:
"Contracts cannot be completed without this required insurance documentation".
R9. This will not be removed.
Q10. Is this a re -compete RFP?
R10. No.
Q11. Could you please share the name of the current suppliers? Who is currently providing services to
the County?
RI I. This contract for new services.
Q 12. Refer to Attachment 3 References, it is mentioned to list no more than two Lake County
Government Projects. Please specify whether it is mandatory to provide the Lake County
government projects or not.
R12. Follow bid document direction.
Q13. Refer to the RFP document, "Point 5: Completed Pricing Sheet", it is mentioned that the vendor
needs to provide "Completed Attachment 2 — Pricing Sheet" and "Supporting documentation for
proposed pricing". Please specify, whether the "Supporting documentation for proposed pricing"
is mandatory to submit with the proposal. Also, specify what information is needed to cover in it.
R13. Follow bid document directions.
Q14. Referring to the RFP document, "Point 3: Proposed Solution", it is mentioned that "Limit Page
County". Please specify the maximum page limit for this section.
R14. Be concise.
Q15. Is it possible for the County to provide a proposal evaluation and evaluating points?
R15. Refer to section 5.0 Method of Award.
Q16. Does the County have an incumbent?
R16. This is a new direction for the County to fill an anticipated need.
Q17. How many awards does the County plan to make?
R18. Unknown at this time.
Q 19. What is the estimated budget for this RFP?
R19. Budget is dependent on County need so it .cannot be determined at this time.
Q20. What is the estimated usage per job title?
R20. See Question 16.
Q21. Do we have to bid on all job titles, or can we submit pricing for certain positions?
Page 19 of27 Page 2 of 3
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-I PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
Peop1eReady_fmal_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
. 1 DE-N-DUM -NO, 1
R21. Submit pricing for the positions yoaa proiide.
ARDMO AL INTOR'aLeiIIO:N
Please refer to Dxbl ib It A — Scope ofWork & WSED 03-01. 4 and Exbibit B — Insurance
Regu reanents 24-50-51REVISED 03.05.24 with the changres oudmi end mi this ad endwn.
ACK 7OIRTEDI GE- EINT
Firm Name: PeopleRe:a d Florida,, Inc..
24_5O5
I herein ce that M-v decta-onic si ture has the same legal effect as if, made Imder oath; that I ant an
authorized representatLve of this vendor ancVor empo,,vered to execute this, submittal on behalf of the
wndor.
Signature of Legal Representative Suhmittinz this. Bid:: Pin Wj&r(
Date: 12V2,024
Print' -Name- Robin Ward
Title: Branch Manager
Primary E-an al Ad ss: rvx !peopleread .com
Secondary E-annail address_ 1379-br@peoplereach . co ni
Page 20 of27 Page 3 of 3
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ADDENDUM NO.2'
24,5405
LAKE
1f11i�e or Procuc+ear7em 3ervuces
G.13axx WO a 21:5'kV. ?A*0ii Sk,'Sui1:e ,%16 • Tisu.sne., IRL Ah'O
-SOLICITATION: Supplemental Emplloymient 11412024
Vendors are responsible for the receipt and arknowled-Bement ofall addenda to a :solicitatiom Conte
a6mer"i.ledsement by, Mcludine an elemomcalt5- ccimpleted cope of tbas addendum v ith siabnlittsl..
Failize to aclznowled.gre each addendum maalr prevent the submittal from ►being considered for
TEEIS ADDENOUNI DOES NOT C ANGE THE DATE FOR RECEIPT OF I}ROPOS.AiLS.
QU7ESTION; SMESPOIN!S
Q 2- Are Contractors regained to nave Lake County as additionally insured on our autol polio* even
though we do not pan: on bidding on the posidons dlat require driving?
Imo?. Lf pricing for these positions, is submitted to be filled by the Contract -or, then Lake Coaanty must be
Wines as additionallyr insured on the Cnntractorrs auto pol cl:. If the Contractor does not submit
pncing for these positions, the auto requirement can be i aixed.
AC10i3ON E EEAIETN T
Fig Name: Click or tarp here to enter text._.
I hereby c eriti that my elecum c signature hasthe same legal effect as if made under oath; that I am an
authorii-ed representatiTe of this vendor an,&or empowered to execute this Submittal on behalf of the
wndor.
Siigmtlire of Legal Rnpresentatt ve Submitting this Bid:: PUftWAq
Date: 3LI 0'__4
Print Name: Robin, Ward
Title: Braurh -Manager
PrhnaryE-mailAddress_ rwalr peopliereac4-coal
Secondary E-Mahal Address: 1.379- pe leremly-coin
Page21 of27 Page 1 of 1
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, lnc\24-505C-1 Temporary Labor Agreement with
PeopleReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ATTACHI%IENT 1— SUBMITTAL FORM 24-505
The undersigned hereby declares that: PeopleReady, Inc. has examined and accepts the
specifications, terms, and conditions presented in this Solicitation. satisfies all legal requirements
to do business with County, and to furnish TEAIPOR�RY EAIPLOYAIENT for which
Submittals were advertised to be received no later than 3:00 P.M. Eastern time on the date stated
in the solicitation or as noted in an addenda. Furthermore, the undersigned is duly authorized to
execute this document and any contracts or other transactions required by award of this
Solicitation.
1.0 TER`I OF CONTRACT
Contract will be awarded for an initial one (1) year term with the option for two (2) subsequent
two (2) year renewals. Renewals are contingent upon Mutual written agreement.
Contract will continence upon the fast day of the next calendar month after approval by the
authorized authority. Contract remains in effect until completion of the expressed and implied
warranty periods. County reserves the right to negotiate for additional services,/items similar in
nature not known at time of solicitation.
2.0 PAYMENT
Contractor shall email County's using department an accurate invoice within 30 calendar days
after delivery. Invoices shall reference the: purchase,4ask order, delivery date, delivery location,
and corresponding packing slip or delivery ticket signed by a County representative at the time of
acceptance. Failure to submit invoices in the prescribed in, anner will delay payment.
Payments will be tendered in accordance with the Florida Prompt Payment Act, Part VII, Chapter
218, Florida Statutes. County will remit full payment on all undisputed invoices within 45 days
fronn receipt by the appropriate County using department. County will pay interest not to exceed
1% per month on all undisputed invoices not paid within 30 days after the due date.
All pricing will be FOB Destination runless otherwise specified in this solicitation document.
Pricing submitted will remain valid for a ninety (90) day period.
The County's preferred method for invoice payment is electronic remittance of invoices via virtual
payment cards (ePayables) instead ofpaper checks. Contractor is encouraged to adopt the County's
electronic payment option. ePayables is designed to deliver payables quickly and more efficiently
than check payments. This procedure is consistent with the County's obligations and purpose, with
an overall intent to utilize technology to provide value to the taxpayers.
Vendor requests more information about accepting ePayables for payment: YES
Vendor accepts MasterCard for payment: YES
3.0 CERTIFICATION REGARDING LAKE COUNTY TERAIS AND CONDITIONS
I certify that I have reviewed the General Terms and Conditions for Lake County Florida and
accept the Lake County General Terms and Conditions dated 5l6I21 as written including the
Proprietary/Confidential Information section. YES
Failure to acknowledge may result in Submittal being deemed non -responsive.
Page 22 of 27 Pagel of 3
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505E-I PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ATTACHN. ENT 1— SUBIIIITTAL FORM
24-505
4.0 CERTIFICATION REGARDING FELONY CONVICTION
Has any officer, director, or an executive performing equivalent duties, of the bidding entity. been
convicted of a felony during the past ten (10) years? NO
5.0 CONFLICT OF INTEREST DISCLOSURE CERTIFICATION
Except as listed below, no employee, officer, or agent of the firm has any conflicts of interest, real
or apparent, due to ownership, other clients, contracts, or interests associated with this project;
and, this Submittal is made without prior understanding, agreement, or connection with any
corporation, fine, or person submitting a proposal for the same services, and is in all respects fair
and without collusion or fraud. NA
6.0 CERTIFICATION REGARDING BACKGROUND CHECKS
Under any Comity Contract that involves Contractor or subcontractor personnel working in
proximity to minors, Vendor hereby confirms that any personnel so employed will have
successfiilly completed an initial, and subsequent annual, Certified Background Check, completed
by Contractor at no additional cost to County. Vendor will comply with Florida Statutes regarding
background investigations. County retains the right to request and review any associated records
with or without cause, and to require replacement of any Contractor employee found in violation
of this requirement. Contractor shall indemnify County in full for any adverse act of any such
personnel in this regard. Additional requirements may apply in this regard as included within any
specific contract award. YES
7.0 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
County does not establish specific goals for minority set -asides however, participation by minority
and non -minority qualified firms is strongly encouraged. If the firm is a minority firm or has
obtained certification by the State of Florida, Office of Supplier Diversity, (OSD) (CIVIBE), please
indicate the appropriate classification(s) not applicable not applicable
and enter OSD Certification Number NA
and enter effective date NA to date NA
8.0 ANTTTRUST VIOLATOR VENDOR LISTS
A person or an affiliate who has been placed on the antitnist violator vendor list following a
conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or
reply for any new contract to provide any goods or services to a public entity; may not submit a
bid, proposal, or reply for a new contract with a public entity for the construction or repair of a
public building or public work; may not submit a bid, proposal, or reply on new leases of real
property to a public entity; may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant uunder a new contract with a public entity; and may not transact new
business with a public entity.
9.0 FEDERAL FUNDING REQUIREMENT
N/A
10.0 RECIPROCAL VENDOR PREFERENCE
N/A
Page23 of27 Page 2 of 3
S:\DOCUMENT12024\PROCUREMENT124-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-I Temporary Labor Agreement with
PeopleReady_final 9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ATTACMIE1tiT 1— SL7B14IITTAL FORM
11.0 GIENE,IEAL'4'T-A-DOR I.NTOWNi..AiTIO
Firma Maine: PeopleReady FIxida, Lac.
StreetAddress-- 213 East Gottsche avenue
City: Eustis State and. Ze IP Code. FL 32726
1%,fai9ing Address (if agent). Same as above
Telephone: _ 52.5 S9.9111
Patrchas-e Order Email dress=]1379-biri�ppeL%p[eree:id,;-.c,,im
Federal I-del>z cation N-amber TIN:
DU S 'Number: 123548716
12.0 Sl:i B-Ni Ii IAL SIGI ATT11E
,4-503
I hereby certiAr the nformation indicated for this Subnuttal is t me and :accurate and that my
electronic s giiature shalil have. the same. legal effict as if made under oath:; that I am an authorized
repre sentati- a of this Vendor and Ccr etmpowered to exe=e this Saibmittal on behalf of the Vendor.
I. individana% and on behalf of the Vendor, aclno�a-ledge and agree to abide by all terms and
conditions c ontiined. in this solicitation as well as any attacbments, exhibits;., or addenda.
'' Name of Legal Rqxesentative Submitting this Proposal: SAfnXntkX P r
Date: 121 1`202
Print Name.: Samvantha Palmer
Title: Contract Specialist
Primary E-mail Address: c. arctsl q.,tniebl-ue.com
Secondary E-mail Address: 13-1�r�4;peopleread�-.c�un
The indivi&=1 3ipmg this Submuttal affirms that the facts stated herem- are true and that the
response to this Sob citation has been submitted on behalf of the aforementioned Vendor.
Page 24 of 27 Page 3 of 3
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with
PeopleReady_tInal_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ATTACHMENT 2 - PRICING SHEET
TEMPORARY Employment
Type Your Firm's Name Here
SAVE AND SUBMIT AS AN EXCEL FILE
Contractor to furnish all labor, materials, tools, transportation, and equipment necessary to provide
services in accordance with specifications listed and implied. Actual hours are unknown and estimated for evaluation purposes
Alterations to locked cells may result in disqualification of submission.
ITEM #
JOB TITLE
JOB DUTIES
HOURLY RATE
This position works under general supervision to perform routine
tasks related to the loading of household waste material from
garbage receptacles and bagged or bundled yard waste into a rear
loading waste compactor mounted on a heavy-duty truck. The
household waste will include, but not be limited to household trash,
recyclable material, and yard waste. Position requires manual work,
in all weather conditions, including adverse conditions; lifting up to
50-pounds from ground level; operation of household waste
collection equipment, including the waste compactor; monitoring
1
Garbage Truck Loader
waste compactor operations to ensure its safe and proper operation;
$ 21.32
informing the supervisor if compactor is not operating properly and
of any unsafe conditions; learning job related procedures, and
techniques, primarily through verbal instruction, observation, and
job training; working cooperatively with co-workers; and display a
tactful, and courteous manner when interacting with the public.
Qualifications: Must be able to speak and/or signal people to
effectively convey or exchange information. Must read and write
basic English sentences. This position does not include driving a
County vehicle.
Perform semi -skilled and unskilled work in the maintenance of
County facilities, grounds, roads, and equipment, as well as other
2
General Labor
duties as assigned. Qualifications: Must be able to speak and/or
$ 18.41
signal people to effectively convey or exchange information. Must
read and write basic English sentences. This position does not
include driving a County vehicle.
Page 25 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady; Inc\24-505C-1 Temporary Labor Agreement with PeopleReady_ inal_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ATTACHMENT 2 - PRICING SHEET
24-505
TEMPORARY Employment
4
Certified Traffic Flagger
Provide traffic flagging duties including, but not limited to,
directing traffic using flags and signs, and operation of various hand
tools, lawn, and power equipment. Qualifications: Speaks with or
signals people to convey or exchange information. Requires a High
School diploma, GED, or vocation training and a current Florida
Certification in Maintenance of Traffic. This position does not
include driving a County vehicle.
$ 19.43
Performs customer service and clerical duties in support of daily
County Landfill operations. Greets and assists landfill and/or drop
off center customers; observes and directs all incoming and
Landfill Attendant
outgoing traffic; accurately assesses and quantifies waste materials,
5
Job Code
checking for prohibited or hazardous materials; and other related
$ 18.41
Pay Grade 3N
13N
duties as required. Qualifications: Speaks English. Ability to
perform basic mathematical skills, compute ratios, rates, and
percentages. Ability to work in the elements and handle funds
received as customer payments. This position does not include
driving a County vehicle.
Performs maintenance of County buildings, building systems and
equipment, parks, and grounds, as assigned. Responsible for
training, supervising staff as needed, performing skilled trade(s),
maintaining assigned tools and equipment, preparing work records
and reports, and ensuring professional customer service at all times.
Qualifications: Ability to operate an assortment of machinery and
Trades Crew Leader
equipment to include, but not limited to, mowers, weed eaters, chain
6
Job Code 057
saws, bobcat gators, golf carts, and trucks within park area. Ability
No Sid
Pay Grade 17N7N
to work outside. Requires a High School diploma or GED, and one
year of college or vocational school education in one or more
building trades, with three years of related experience. Requires a
current, valid Florida driver's license, with an approved seven (7)
year driving history. Must possess any certifications or licenses
required for use of equipment.
Page 26 of 27
S:\DOCUMENT\2024\PROCUREMENI124-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with Peop1eReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ATTACHMENT 2 - PRICING SHEET
24-505
TEMPORARY Employment
Perform operation of machinery and equipment including, but not
Equipment Operator with
limited to, small loader, small skid steerer, forklift, and assist with
Class "A", "B", or "C"
maintaining equipment. Qualifications: Speaks English, able to
CDL License (as
perform basic mathematical skills, compute ratios, rates, and
applicable)
percentages. Requires a current, valid Florida Commercial Driver's
No Bid
Job Code E031
License (CDL) Class A, B, or C, with an approved seven (7) year
Pay Grade 14N
driving history, and any certifications or licenses required to operate
machinery.
Perform truck driving and general labor services as needed,
including, but not limited to, debris cleanup, delivery of library
Truck Driver with Class
materials, and other related duties as required. Qualifications: Must
8
"A", "B", or "C" License
reads, write, and speak English. Requires a current, valid Florida
No Bid
(as applicable)
Commercial Driver's License (CDL) Class A and / or B, as
applicable, with an approved seven (7) year driving history and, any
certifications or licenses required to operate machinery.
Transport materials, supplies, and equipment between County
buildings, libraries, and offices. Sort, pick up, and deliver items;
Delivery Svcs/
maintain delivery van; conduct safety inspections; schedule routine
9
Driver Operator
maintenance; and perform other related duties as required.
No Bid
Job Code D056
Qualifications: Must read, write, and speak English. A High School
Pay Grade 13N
diploma, GED, or vocational training is required. Requires a current
valid Florida driver's license, with an approved seven (7) year
driving history.
Lake County is exempt from all taxes (Federal, State, Local). A Tax Exemption Certificate will be furnished upon request for any direct
purchasing. Contractor will be responsible for payment of taxes on all materials purchased by the Contractor for the project.
Page 27 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with Peop1eReady_fina1_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ATTACHMENT 2 - PRICING SHEET
TEMPORARY Employment
Type Your Firm's Name Here
SAVE AND SUBMIT AS AN EXCEL FILE
Contractor to furnish all labor, materials, tools, transportation, and equipment necessary to provide
services in accordance with specifications listed and implied. Actual hours are unknown and estimated for evaluation purposes
Alterations to locked cells may result in disqualification of submission.
ITEM #
JOB TITLE
JOB DUTIES
HOURLY RATE
This position works under general supervision to perform routine
tasks related to the loading of household waste material from
garbage receptacles and bagged or bundled yard waste into a rear
loading waste compactor mounted on a heavy-duty truck. The
household waste will include, but not be limited to household trash,
recyclable material, and yard waste. Position requires manual work,
in all weather conditions, including adverse conditions; lifting up to
50-pounds from ground level; operation of household waste
collection equipment, including the waste compactor; monitoring
1
Garbage Truck Loader
waste compactor operations to ensure its safe and proper operation;
$ 21.32
informing the supervisor if compactor is not operating properly and
of any unsafe conditions; learning job related procedures, and
techniques, primarily through verbal instruction, observation, and
job training; working cooperatively with co-workers; and display a
tactful, and courteous manner when interacting with the public.
Qualifications: Must be able to speak and/or signal people to
effectively convey or exchange information. Must read and write
basic English sentences. This position does not include driving a
County vehicle.
Perform semi -skilled and unskilled work in the maintenance of
County facilities, grounds, roads, and equipment, as well as other
2
General Labor
duties as assigned. Qualifications: Must be able to speak and/or
$ 18.41
signal people to effectively convey or exchange information. Must
read and write basic English sentences. This position does not
include driving a County vehicle.
Page 25 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady; Inc\24-505C-1 Temporary Labor Agreement with PeopleReady_ inal_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ATTACHMENT 2 - PRICING SHEET
24-505
TEMPORARY Employment
4
Certified Traffic Flagger
Provide traffic flagging duties including, but not limited to,
directing traffic using flags and signs, and operation of various hand
tools, lawn, and power equipment. Qualifications: Speaks with or
signals people to convey or exchange information. Requires a High
School diploma, GED, or vocation training and a current Florida
Certification in Maintenance of Traffic. This position does not
include driving a County vehicle.
$ 19.43
Performs customer service and clerical duties in support of daily
County Landfill operations. Greets and assists landfill and/or drop
off center customers; observes and directs all incoming and
Landfill Attendant
outgoing traffic; accurately assesses and quantifies waste materials,
5
Job Code
checking for prohibited or hazardous materials; and other related
$ 18.41
Pay Grade 3N
13N
duties as required. Qualifications: Speaks English. Ability to
perform basic mathematical skills, compute ratios, rates, and
percentages. Ability to work in the elements and handle funds
received as customer payments. This position does not include
driving a County vehicle.
Performs maintenance of County buildings, building systems and
equipment, parks, and grounds, as assigned. Responsible for
training, supervising staff as needed, performing skilled trade(s),
maintaining assigned tools and equipment, preparing work records
and reports, and ensuring professional customer service at all times.
Qualifications: Ability to operate an assortment of machinery and
Trades Crew Leader
equipment to include, but not limited to, mowers, weed eaters, chain
6
Job Code 057
saws, bobcat gators, golf carts, and trucks within park area. Ability
No Sid
Pay Grade 17N7N
to work outside. Requires a High School diploma or GED, and one
year of college or vocational school education in one or more
building trades, with three years of related experience. Requires a
current, valid Florida driver's license, with an approved seven (7)
year driving history. Must possess any certifications or licenses
required for use of equipment.
Page 26 of 27
S:\DOCUMENT\2024\PROCUREMENI124-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with Peop1eReady_final_9.09.2024.pdf
Docusign Envelope ID: 225F8A22-B140-4BAE-97D0-386607EC5E2E
ATTACHMENT 2 - PRICING SHEET
24-505
TEMPORARY Employment
Perform operation of machinery and equipment including, but not
Equipment Operator with
limited to, small loader, small skid steerer, forklift, and assist with
Class "A", "B", or "C"
maintaining equipment. Qualifications: Speaks English, able to
CDL License (as
perform basic mathematical skills, compute ratios, rates, and
applicable)
percentages. Requires a current, valid Florida Commercial Driver's
No Bid
Job Code E031
License (CDL) Class A, B, or C, with an approved seven (7) year
Pay Grade 14N
driving history, and any certifications or licenses required to operate
machinery.
Perform truck driving and general labor services as needed,
including, but not limited to, debris cleanup, delivery of library
Truck Driver with Class
materials, and other related duties as required. Qualifications: Must
8
"A", "B", or "C" License
reads, write, and speak English. Requires a current, valid Florida
No Bid
(as applicable)
Commercial Driver's License (CDL) Class A and / or B, as
applicable, with an approved seven (7) year driving history and, any
certifications or licenses required to operate machinery.
Transport materials, supplies, and equipment between County
buildings, libraries, and offices. Sort, pick up, and deliver items;
Delivery Svcs/
maintain delivery van; conduct safety inspections; schedule routine
9
Driver Operator
maintenance; and perform other related duties as required.
No Bid
Job Code D056
Qualifications: Must read, write, and speak English. A High School
Pay Grade 13N
diploma, GED, or vocational training is required. Requires a current
valid Florida driver's license, with an approved seven (7) year
driving history.
Lake County is exempt from all taxes (Federal, State, Local). A Tax Exemption Certificate will be furnished upon request for any direct
purchasing. Contractor will be responsible for payment of taxes on all materials purchased by the Contractor for the project.
Page 27 of 27
S:\DOCUMENT\2024\PROCUREMENT\24-505 Temporary Labor\24-505C-1 PeopleReady, Inc\24-505C-1 Temporary Labor Agreement with Peop1eReady_fina1_9.09.2024.pdf