Loading...
2013-73 AGREEMENT FOR TEMPORARY EMPLOYMENT SERVICES Pb / THIS AGREEMENT, made and entered into this day of 004-0 .0.7 2013, A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"), and LABOR READY SOUTHEAST, INC., 1015 A Street, Tacoma,WA 98402 (hereinafter referred to as "CONTRACTOR"). WHEREAS, Lake County, Florida issued ITB No.: 13-0037 for the provision of temporary employment services; WHEREAS, based on CONTRACTOR's response, Lake County entered into Contract No. 13-0037A with CONTRACTOR; WHEREAS, CITY desires to utilize the CONTRACTOR's contract with Lake County 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 Lake County contract No.: 13-0037A. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK Upon authorized purchase order issued by CITY, the CONTRACTOR shall provide temporary employment services as described in Lake County contract No. 13-0037A, which is attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications, which are a part of these Documents. Provided, however, that nothing herein shall require CITY to contract for or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. ARTICLE II -THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit 'A', attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect for one year thereafter, unless terminated as provided for 1 herein. Provided, however, that this Agreement may be renewed at the sole option of CITY under the same terms and conditions contained herein, for two (2) one(1) year renewal terms. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) 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 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. ARTICLE IV- COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide temporary employment services as set forth in the applicable purchase order. ARTICLE V -PAYMENTS In accordance with the provisions fully set forth in the General Conditions, CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar month for services provided during the preceding calendar month. CITY shall make payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for services provided and accepted by the CITY. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question 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. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. 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 2 location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all employees connected with the services provided herein. 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. 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contractor shall take out and maintain during the life of this Agreement Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims 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 minimum limits as follows: 91iGo IMPt 5et4*! (a) CONTRACTOR's General, $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 Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. Indemnification Rider (a) CONTRACTOR, in exchange for good and valuable consideration in the amount of TEN DOLLARS ($10) and to cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the 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 3 (2) is caused in whole or in part 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, regardless of whether or not it is caused in part by a party indemnified hereunder. 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. (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) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII -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: Labor Ready Southeast, Inc. 1015 A Street Tacoma,WA 98402 Attn: Legal Contracts CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 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 4 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. 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. 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. 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. 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. 6. Assignment. 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. 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. 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. 9. Records. CONTRACTOR expressly understands and acknowledges that any and all documents related to the services provided herein, may be considered records that are subject to examination and production in accordance with Florida's Public Records Law. CONTRACTOR expressly agrees that it will comply with all requirements related to said law and that it will hold CITY harmless, including attorney fees and litigation costs, for any such disclosure related to Florida's Public Records Law. 5 ARTICLE X -AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order 3. All documents contained in Lake County ITB, 13-0037, CONTRACTOR's response thereto and Lake County Contract No.: 13-0037A. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this (9- 'day of 0&4)-6.:(, r ,2013. City of Clermont Harold S. Turville, Jr., Mayor Attest: / Tracy Ac Ord, City Clerk s Labor Ready Southeast, Inc. - /n� r 4qn /7r inlay Serve b.S s /191•' � _ _ Printed Name and Title - „-7;�ati• �`c`. s. -U A t: "" ^ ' (//r\ii4rvi erlLll on-trzul (Name Printed or Typed) 6 EXHIBIT A CONTRACT BETWEEN LAKE COUNTY,FLORIDA AND LABOR READY SOUTHEAST,INC. FOR TEMPORARY EMPLOYMENT SERVICES ITB#13-0037,4 This is a Contract between Lake County, Florida, a political subdivision of the State of Flonda, hereinafter referred to as COUNTY, by and through its Board of County Commissioners, and Labor Ready Southeast, Inc., a foreign corporation authorized to do business, its successors and assigns,hereinafter referred to as CONTRACTOR. WHEREAS, the COUNTY desires to establish a contract for Temporary Employment Services in conjunction with the COUNTY'S needs; and WHEREAS, the COUNTY has publicly submitted an Invitation to Bid (ITB), #13-0037, for procurement of services from qualified firms, organizations or individuals for temporary employment services. WHEREAS, the CONTRACTOR desires to perform such services subject to the terms of this Contract; 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: Article 1. Recitals 1.1 The foregoing recitals are true and correct and incorporated herein by reference. Article 2. Purpose 2.1 The purpose of this Contract is for CONTRACTOR to provide temporary employment services to meet the needs of the COUNTY 1 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 Article 3. Scope of Professional Services 3.1 On the terms and conditions set forth in this Contract, COUNTY hereby engages CONTRACTOR to perform the following Scope of Services. A Orders. Temporary employees will be ordered by the COUNTY as needed Requests for temporary employees will be either in writing or via telephone call from the requesting County Department and shall include days and hours to be worked,work location,contact person and any special safety equipment that may be necessary to perform the job. Work hours for temporary employees will be determined by the ordering department. The COUNTY shall not be charged for temporary employee interviews at a COUNTY location. The COUNTY may require interviews of temporary employees to obtain a suitable employee for the COUNTY position. Also, transportation to and from the interview is the sole responsibility of, and cost of, the CONTRACTOR. B. Job Descriptions. For each temporary employee ordered by the COUNTY, the CONTRACTOR shall ensure that the prospective employees meet the qualifications set forth in the Job Descriptions attached hereto and incorporated herein by reference as Exhibit A. C. Overtime. Temporary employees shall be paid overtime for work performed m excess of forty (40) hours per week at a rate of 1.5 times the hourly rate. Such overtime shall be pre- approved by the County Department Director and verified on the temporary employee's time sheet and signed by the County Department Director. D. Termination of a Temporary Employee. Temporary employees may be terminated by the COUNTY for any reason, at any time, at the sole discretion of the COUNTY. Any temporary employee using drugs or alcohol shall be terminated. There shall be no charge to the COUNTY for the following: 1. Cancellation of temporary employees at least two (2) hours before the person is scheduled to start work. 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 temporary employee. 2 If the temporary employee is not working to the satisfaction of the COUNTY The COUNTY may relieve the temporary employee of their duties and the COUNTY may request a replacement. E. Temporary Employee Requirements. The temporary employees shall meet or exceed each of the following requirements: 1. Ability to project a professional image and deal effectively with the public, as most temporary employees will have high public exposure 2 Exhibit punctuality and maintain full attendance 2 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 3. Ability to follow directions/instructions and the ability to work independently after receiving directions/instructions. Physical and mental ability to perform the essential functions of the temporary position 4. Possess safety equipment required to perform the job requested, including, but not limited to: work/rubber gloves, safety shoes/boots, hats, safety glasses and safety vests. Safety equipment shall meet or exceed the quality of the equipment that is currently used by the COUNTY. 5 Dress in a manner which is appropriate to the type of work performed and have a neat and orderly appearance. The COUNTY will advise the temporary employee of the appropriate dress code. 6. Possess appropriate driver's license as required for heavy equipment operation and/or truck driving. 7. Temporary employees shall be a United States Citizen or the CONTRACTOR shall provide documentation to the COUNTY evidencing that the person has legal permission to work in the United States. 8. Temporary employees shall be required to speak,read, and wnte English. F. CONTRACTOR shall provide the following: 1 A replacement employee within twenty-four (24) hours for any temporary employee who is unable to perform duties to the satisfaction of the COUNTY Replacement employee requirements are the same as the temporary employees. 2. A local and out-of-state criminal background check for each proposed temporary employee 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. If there is anything found on the background check, the CONTRACTOR shall provide a copy to the Lake County Human Resources Department for review and approval. The background check must be approved before the employee starts work with the COUNTY. 3. A copy of the proposed temporary employee driver's license for equipment operator or truck driver positions so that a seven (7) year driving record can be run by the COUNTY 4. A drug and alcohol screening per the Department of Transportation (DOT) standards for each temporary employee. Any proposed temporary employee who has a positive test will not be acceptable. 3 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 5 A designated contracting manager. Contract manager shall liaison with the COUNTY for job requirements of temporary employees, complaints, concerns and issues that may arise throughout the duration of this Contract. 6. An incentive program which promotes the temporary employee longevity with the COUNTY. Temporary employees who complete long-term (six (6) months or more) job assignments shall be rewarded with a bonus. 7. Maintain an office withm the geographic boundaries of Lake County. The local office shall be staffed by a competent company representative who can be contacted during normal working hours and who is authorized to discuss matters pertaining to the contract. The COUNTY reserves the right to perform an inspection of the local office dunng the term of this Agreement. Failure to maintain an acceptable local office may be considered a breach of this Agreement. G. Additional Work. Written requests for temporary employees not specifically referenced in the submitted bid will be forwarded to the CONTRACTOR from the County Employee Services Department. CONTRACTOR shall submit a written quoted price to Procurement Services for approval and/or negotiation. Upon approval of the temporary employee and quoted price by Procurement Services, the COUNTY will provide an order in writing to the CONTRACTOR. H. Temporary Employees hired by the COUNTY. In the event any of the temporary employees are hired by the COUNTY for the COUNTY position, there shall be no charges or stipulations to the COUNTY(i.e. buy-outs or penalties). I. Accident/Incident reporting Temporary employees 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. I. Administrative Reports. 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 shall provide report(s) on a quarterly basis to the COUNTY as to the nature of the goods and/or services purchased from them by the COUNTY dunng the preceding three (3) months. Each report shall include the quantity, description and unit price(s) of the goods and/or services The report(s) is to be submitted in writing to Lake County Procurement Services, Attention: Susan Dugan, P.O. Box 7800,Tavares, Florida 32778 Each report shall be submitted no later than fifteen (15) calendar days after the expiration of the third(3`d) 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. 4 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 3.2 The services rendered under the Contract shall be deemed complete and accepted when the temporary employee timesheet is signed off by the COUNTY 3.3 This Contract shall be effective for an initial period of twelve (12) months, commencing immediately following the date of execution of the Contract by the COUNTY. The COUNTY reserves the sole right to renew this Contract for two (2) additional twelve (12) month periods. The initial contract will remain in effect until completion of the expressed and/or implied warranty period The hourly rates, as set forth in Exhibit B, attached hereto and incorporated herein, shall remain in effect for the full duration of the Contract. Prior to completion of each exercised contract term, the COUNTY may consider an adjustment to price based on changes in the Consumer Price Index. It is the CONTRACTOR'S responsibility to request in writing any pricing adjustment under this provision For any adjustment to commence on the first day of any exercised option period, the CONTRACTOR'S written request for adjustment should be submitted thirty (30) calendar days prior to expiration of the then current contract term. The CONTRACTOR adjustment request must clearly substantiate the requested increase. The wntten request for adjustment should not be in excess of the relevant pricing index change. If no adjustment request is received from the CONTRACTOR, the COUNTY will assume that the CONTRACTOR has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period shall not be considered. 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 pnce adjustments. Continuation of the Contract beyond the initial period, and any option subsequently exercised, is a COUNTY prerogative, and not a right of the CONTRACTOR. This prerogative will be exercised only when such continuation is clearly in the best interest of the COUNTY. 3.4 The CONTRACTOR shall coordinate and work with any other consultants retained by the COUNTY. 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 Contract. Article 4. Payment 4.1 The CONTRACTOR shall charge the hourly rates set forth in Exhibit 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 services. Under no circumstances shall the invoices be submitted to the COUNTY in advance of the temporary services 5 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 4.2 Invoices shall provide the following information. Contractor's Name, address, and phone number Temporary Employee Name and County Work Location Name of County Employee the Temporary Employee is to report to Hourly rate Date and Number of hours the temporary employee worked Date and Number of hours the temporary employee worked overtime Invoice total 4.3 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 m the proscribed manner will delay payment, and the vendor may be considered in default of contract and its contract may be terminated. 4.4 The COUNTY shall make payment on all invoices in accordance with the Florida Prompt Payment Act, sections 218.70 through 218.79, Florida Statutes. Article 5. County Responsibilities 5.1 COUNTY shall pay CONTRACTOR in accordance with Article 4 above. Article 6. Special Terms and Conditions 6.1 Termination. This Contract may be terminated by the COUNTY upon thirty (30) days advance written notice to the other party; but if any work or service/Task hereunder is in progress but not completed as of the date of termination, then this Contract may be extended upon written approval of the COUNTY until said work or service(s)/Task(s) is completed and accepted. A. Termination for Convenience. In the event this Contract is terminated or cancelled upon the request and for the convenience of COUNTY with the required 30 day advance written notice, COUNTY shall reimburse CONTRACTOR for actual work satisfactorily completed B. Termination for Cause. Termination by COUNTY for cause, default, or negligence on the part of CONTRACTOR shall be excluded from the foregoing provision. Termination costs, if any, shall not apply. The 30-day advance notice requirement is waived in the event of termination for cause C Termination Due to Unavailability of Funds m Succeeding Fiscal Years - When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year, this Contract shall be canceled and the CONTRACTOR shall be 6 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 reimbursed for the reasonable value of any non-recurring costs mcurred but not amortized in the price of the supplies or services/Tasks delivered under this Contract. 6.2 Assignment of Contract This Agreement shall not be assigned except with the written consent of the COUNTY. No such consent shall be construed as making the COUNTY a party to the assignment or subjecting the COUNTY to liability of any kind to any assignee No assignment shall under any circumstances relieve the CONTRACTOR of liability and obligations under this Agreement and all transactions with the COUNTY must be through the CONTRACTOR. Additionally, unless otherwise stipulated herein, the CONTRACTOR shall notify and obtain prior wntten consent from the COUNTY prior to being acquired or subject to a hostile takeover. Any acquisition or hostile takeover without the pnor consent of the COUNTY may result in termination of this Agreement for default. 6.3 Insurance. The CONTRACTOR shall provide and maintain at all times during the term of any contract, without cost or expense to the COUNTY, policies of insurance, with a company or companies authorized to do business in the State of Florida, and which are acceptable to the COUNTY, insuring the vendor against any and all claims, demands or causes of action whatsoever, for injuries received or damage to property relating to the performance of duties, services and/or obligations of the CONTRACTOR under the terms and provisions of the contract. The CONTRACTOR is responsible for timely provision of certificate(s) of insurance to the COUNTY at the certificate holder address evidencing conformance with the contract requirements at all times throughout the term of the contract. Such policies of insurance, and confirming certificates of insurance, shall insure the CONTRACTOR is in accordance with the followmg minimum limits: 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 $500,000 Products-Completed Operations $500,000 Personal &Adv Injury $500,000 Fire Damage $50,000 -Medieal Expense Contractual Liability Included Automobile liability insurance, including owned, non-owned, and hired autos with the following mimmum limits and coverage: Combmed Single Limit $300,000 Or Bodily Injury(per person) $100,000 Bodily Injury(per accident) $300,000 Property Damage $100,000 7 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 Workers' compensation insurance based on proper reporting of classification codes and payroll amounts in accordance with Chapter 440, Flonda Statutes, and/or any other applicable law requinng workers' compensation (Federal, maritime, etc). If not required by law to maintain workers compensation insurance, the vendor must provide a notarized statement that if he or she is injured; he or she will not hold the COUNTY responsible for any payment or compensation. Employers Liability insurance with the following minimum limits and coverage: Each Accident $100,000 Disease-Each Employee $100,000 Disease-Policy Limit $500,000 Professional liability and/or specialty insurance (medical malpractice, engineers, architect, consultant, environmental, pollution, errors and omissions, etc.) as applicable, with minimum limits of$500,000 and annual aggregate of$1,000,000. The following additional coverage must be provided if a dollar value is inserted below: Loss of Use at coverage value: $ Garage Keepers Liability at coverage value: $ Lake County, a Political Subdivision of the State of Flonda, and the Board of County Commissioners, shall be named as additional insured as their interest may appear on all applicable liability insurance policies. The certificate(s) of insurance shall provide for a minimum of thirty (30) days prior written notice to the COUNTY of any change, cancellation, or nonrenewal of the provided insurance. It is the CONTRACTOR'S specific responsibility to ensure that any such notice is provided within the stated timeframe to the certificate holder. If it is not possible for the CONTRACTOR to certify compliance, on the certificate of insurance, with all of the above requirements, then the CONTRACTOR is required to provide a copy of the actual policy endorsement(s)providing the required coverage and notification provisions Certificate(s) of insurance shall identify the applicable solicitation (ITB/RFP/RFQ) number in the Description of Operations section of the Certificate. 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 Certificates 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 8 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 Liability or Severability of Interests provision, with no requirement of premium payment by the COUNTY The CONTRACTOR shall be responsible for subcontractors and their insurance Subcontractors are to provide certificates of insurance to the prime vendor evidencing coverage and terms in accordance with the CONTRACTOR'S requirements 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 the vendor or subcontractor shall be required to procure a bond guaranteeing payment of losses and related claims expenses. 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 the CONTRACTOR and/or sub-contractor providing such insurance. Failure to obtain and maintain such msurance as set out above will be considered a breach of contract and may result in termination of the contract for default. Neither approval by the COUNTY of any insurance supplied by the CONTRACTOR or Subcontractor(s), nor a failure to disapprove that insurance, shall relieve the CONTRACTOR or Subcontractor(s) of full responsibility for liability, damages,and accidents as set forth herein. 6.4 Bonding Requirements. A Fidelity Bond with Blanket Employee Dishonest Coverage in the amount of $5,000 shall be provided by the CONTRACTOR. A copy of the form(s) providing the coverage shall be submitted with the Certificate of Insurance. The Fidelity Bond must include DESIGNATED EMPLOYEES ON PREMISES OF CUSTOMER/LEGAL LIABILITY Endorsement. 6.5 Indemnity. CONTRACTOR shall indemnify and hold COUNTY and its agents, officers, commissioners or employees harmless for any damages resulting from failure of CONTRACTOR to take out and maintain the above insurance. Additionally, CONTRACTOR agrees for good and valuable consideration in the amount of ten dollars ($10.00) to indemnify, and hold the Board of County Commissioners, Lake County, Flonda, and its officers, commissions, employees and agents free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities resulting from the negligent act, error or omission of CONTRACTOR, its agents, employees or representative, in the performance of CONTRACTOR'S duties set forth in this Contract. 6.6 Minimum Wage. Under this Contract, 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 9 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 requirements in Article X, Section 24 (f) of the Flonda Constitution and enforced by the Florida Legislature by statute or the State Agency for Workforce Innovation by rule, whichever is higher. When any change in the basic wage rate to be paid to CONTRACTOR employees being utilized under this Contract is mandated by a governmental activity(e.g., a change in the Federal Minimum Wage or other governmentally mandated wage structure) the CONTRACTOR may submit a request for equitable adjustment. This adjustment request must be based strictly on the impact of the mandated change. 6.7 Public Records. Pursuant to Section 119.0701, Florida Statutes, CONTRACTOR shall comply with the Florida Public Records' laws, and shall: 1. Keep and maintain public records that ordinanly and necessarily would be required by the COUNTY in order to perform the services identified herein. 2. Provide the public with access to public records on the same terms and conditions that the COUNTY would provide the records and at a cost that does not exceed the cost provided for by law 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 4. Meet all requirements for retaining public records and transfer, at no cost, to the COUNTY all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the COUNTY in a format that is compatible with the information technology systems of the COUNTY. Failure to comply with this section shall be deemed a breach of the contact and enforceable as set forth in Section 119.0701,Flonda Statutes. 6.8 E-verify. CONTRACTOR shall utilize the U.S. Department of Homeland Security's E- Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of 1 All persons employed by the CONTRACTOR during the term of this Agreement to perform employment duties within Lake County; and 2 All persons, including subcontractors, assigned by the CONTRACTOR to perform work pursuant to the contract. 6.9. 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 10 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 regular business hours. CONTRACTOR shall retain all records pertaining to this Agreement and upon request make them available to the COUNTY for three (3) years following expiration of the Agreement. CONTRACTOR agrees to provide such assistance as may be necessary to facilitate the review or audit by the COUNTY to ensure compliance with applicable accountmg and financial standards. Additionally, CONTRACTOR agrees to include the requirements of this provision in all contracts with subcontractors and material suppliers in connection with the work performed hereunder. If an audit inspection or examination pursuant to this section discloses overpricing or overcharges of any nature by the CONTRACTOR to the COUNTY m excess of one percent (1%) of the total contract billings, in addition to making adjustments for the overcharges, the reasonable actual cost of the COUNTY'S audit shall be reimbursed to the COUNTY by the CONTRACTOR. Any adjustments and/or payments which must be made as a result of any such audit or inspection of the CONTRACTOR'S invoices and/or records shall be made within a reasonable amount of time,but in no event shall the time exceed ninety(90) days, from presentation of the COUNTY'S audit findings to the CONTRACTOR. 6.10 Default. The failure of either party to comply with any provision of this Agreement will place that party in default. Prior to terminating the Agreement, the non-defaulting party will notify the defaulting party in writing This notification will make specific reference to the provision(s) the defaulting party failed to comply with, the exact nature of the default, and the action that needs to occur to correct the default. The non-defaulting party will give the defaulting party a minimum of twenty (20) business days to correct the default The County Manager or designee shall be authorized to provide the written notice described herein on behalf of the COUNTY. If the default is not corrected within the allotted time, the non-defaulting party shall be permitted to terminate this Agreement, effective upon the receipt by the defaulting party of a written termination notice. Article 7. General Conditions 7.1 This Contract 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 Contract shall lie in Lake County, Florida. 7.2 Neither Party may assign any rights or obligations under this Contract to any other party unless specific written permission from the other party is obtained. 7.3 The captions utilized in this Contract are for the purposes of identification only and do not control or affect the meaning or construction of any of the provisions hereof. 7.4 This Contract shall be binding upon and shall inure to the benefit of each of the parties and of their respective successors and permitted assigns. 7.5 This Contract may not be amended, released, discharged, rescinded or abandoned, except by a written instrument duly executed by each of the parties hereto. However, change orders may be executed in accordance with the COUNTY'S purchasing policies and procedures. 11 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 7.6 The failure of any party hereto at any time to enforce any of the provisions of this Contract 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 Contract 7.7 During the term of this Contract 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 ongin, religion, sex, age, disability or marital status, discrimination in any form or manner against CONTRACTOR employees or applicants for employment. CONTRACTOR understands and agrees that this Contract is conditioned upon the veracity of this statement of assurance. 7.8 CONTRACTOR shall at all times comply with all Federal, State and local laws, rules and regulations. 7.9 The invalidity or unenforceability of any particular provision of this Contract shall not affect the other provisions hereof, and this Contract shall be construed in all respects as if such invalid or unenforceable provisions were omitted. 7.10 Wherever provision is made in this Contract 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: If to COUNTY. Mendy Bacon,Multi-Branch Manager County Manager 409 N. Grove Street Lake County Administration Bldg Eustis, Florida 32726 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. Article 8. Scone of Contract 8.1 This Contract is intended by the parties hereto to be the final expression of their Contract, 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. 12 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 IN WITNESS WHEREOF, the parties hereto have made and executed this Contract on the respective dates under each signature COUNTY through its Board of County Commissioners, signing by and through its Chairman, authonzed to execute same by Board Action on the 2� day of �0 �_ , 2013 and by CONTRACTOR through duly authonzed representative CONTRACTOR L. •• Ready Southeast, Inc. ihr i/_.■ COUNTY ATTEST LAKE COUNTY, through its BOARD OF COUNTY COMMISSIONERS Nei Kell C •rk Lesli Campione of the Boa d o Coun Chairman Commissioners of Lak This �� day of 2013 County, Florida 1 ' Approved as to form and legality Cinnamon Krall Approved to MB"READY Legal Form �.�, .. 2013 09 13 .� 15 51 36-07'00' Sanford A. Mmkoff County Attorney 13 2013'Piocurcmentl13-0037 Temporary Labor Services/Labor Ready_5-27-13 EXHIBIT A. JOB DESCRIPTIONS ClIS1OMERSERVICE 111.,l'ItFs1:clA1IVl•:IIkI. En1 IONIS I the essential function of the position%%Minn the i ng:nlu.aion Is to pei Ruin minims admimsnanvc assistance and Oct wl k in support ofelicttisc and efficient office 111Maihms,141 plot Je professional and cunnenns t u5tmner scr'Ice at all times and In perform(elated dunes as rcquiftii the position Noil..undcl dueel super.I'i41II:nemdnip to set prnt:dmes Nona')Ihilts 1his hit 1tplestilts the e'senli ii tasks performed b) the position I nlplultt s nip ht assigned additional duets by management as rei uucd Performs routine secretarial and tkr Dill%sunk in support ul t'litUite and efficient tllht a operations tutels oflnt N1,111115. duels visitors to'minor inte office andlur pros ides mfinul,tion and assistance as requested Ansnrr the telephone,{amides uttm.ltc milli minus to cane's and+ur tons ads calls to appropriate personnel,lakes messages its needed.may use Ito. a)hullo to coinmunlcntc ssidl field personnel Rcceo es reviews and distributes inner°Mice mail 1'nwldcs clerical assistance in other daft.Much m1u) include but not be limited to scheduling appointments,making telephone calls,tiling,t)ping,copying,stunning Wong and assembling materials D.un Itespoinibdty 'Data Respulnsibolit)"rcicrs to intormauun kni'.'.k lge,and cunteptam'ubtautcil by ubccrtanon, untstigation,unerplelntion,\r'unh/.1,l lint,mid mental Creation Data die intangible and initode numbers %wooks,s)nlbols,Ill.as. tontcpts,mul oral verllalt ntions t times.enters or routes data ut information Mathematical Requirements Uses addition subtraction,nudhphcatiun,and division Communications Requirements Reads instructions,chary Iuldir procedures manuals,composes routine t-trrespxnulcncc and .tnnpletcs job limits,speaks compound sentences usury;standard grammar and I.nglnsh Conlplcsit)of\I Irk 11C110rins routine sl»rk ins oh mg set procedures and rules,nib minimal problems mimics normal atlentlon o1111 slori periods oftuntcntratiun 1411 ntcurnte recalls or occasional espwsure to unusual pressure Impact of Decisions Makes decisions with minimum impact Equipment Osage. I luadlcs machines,tools,apnpotent,ur nrak gilds unoh mg sonic latitude for judgment regarding attainment of standard or in selecting uppn)pnate items,including computers and compute) connate.printers copiers,his math ies, telephone Requires high school diploma or MD and solid I!multi liner's license Requites sedentary nook tnsulvmg standing or hulking for bnel periods,escrtntg up to ID pounds tit loose 41n a regular bends nnul consufcmblc&Met it) h►apcialiug°Mice equipment Scltsory Requirements• the position requires amnia'%usual acuity and field tit%axnon.hearing and speaking abilities,color perception 14 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 2. l)Fhl_l'1:rlSSO('1r\11:1 I Ise essential Amnon of the position%%ohm 110 orgamtatinn is to perform tooth's.sa ticlunnl and dental%ark in support of elk Oise and efficient oflies operations,to provide professional and cuunenus cuslmncr xri tee at all times,and it,periu nt related duties as required the positron storks under direct supery shun according no set procedures Primary Duties I Sus list represents the esst.ntial tasks perlormed hl the positron I.rnplu)et%nu.>ht assigned alktiurm.d duties by nnnagcrnent as required Pci lurms routine scut lariat and clerical%sink ht support of ellecnvc and if fit Ili fit OKI:1001is Ansaet•the telephone.rotates olcorate information to.idlers nndha hlr%%atik calls to upproprinw personnel.takes tot%sages as needed.may use Icso-ssa) radio to communicate sigh Ikld personnel Monitors and routes office-malls for npprnprratc response (heels office%isaus;dirceis 515/101510 appropriate office and/orb ides mlermnlwn and assistance as requested Schedule appointments maintain culwndas,makes travel and tonfelencc arrangements I)pre.topics hits.may perform basic bookkeeping sink as ussugned,including protesting insutecs tar payment.collecting and retegmng%litmus Iecsrlines/pa)tnews,processing purch.nt,orders prepares routine financial records and reports us[squired Data Responsibility Copies transcribes,enters or posts d pa or mlonmgu lit Potpie Responsibility Provides assistant to people to uehrest task s0nrplchun Assns Ites1uuuriVbiiuly Itegltties minimum rtsplulsutaihts for only small quunUltcs of lua•cosl germ in supplies'hue uppurrumhcs Mr Wiles mg economies or presenting loss ac negligible Mathematical Requirements l Ices iJrhtion,snhtratlior.multiplication,and division may compute ratios.rates and percems (onituunitatatatc Requirements Raids Icchant:id instructions.charts nndtor prortdtucs grimed.,composts routine repris and completes job forms speaks cnmlxtuml senantes using standard grammar Complexity of work. Ptrfiurns semi-miaow%sunk invoicing set procedures and rules,hut with frequent problems,requires auras attention ssuh Sturm periods ol'conceninaumm for aceuantc results in lxcttsioual exposure to moonlit pressure Impact of Decisions Marts act tsiuin%such moderate impart-affects those in%sick rug Equipment l;sage I fondles machines.tools,equipment,or%souk aids iii'Diving some latitude for Judgment regarding nlluinmCnl of standard m in selecting appropriate items.including computers and computer software,printers,copiers pas mmathnme,telephone Requires high school diploma or(ED and solid I Inrrda Driver's license 1.xperictimce Requirements Retinues one)ter of rclrka cspctience Phsacal Demands Requires sedenlat) stork insult mot standing or st:dkmy for Inlet periods exerting up to In pounds a1 force on n regular lusts and a um ulc1ltle dexterity in operating office equipment Scoot) Requirements I he position requires normal visual acuity and field of vision.he.umg and speaking obi lines, 15 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 J OFhNJ;ASSOC IA i 1:11 I he essential function of the position is Itlun the or►!am/atio11 Is to periinin iespc iusthle and cornplus adi unisuulu C.'.t tetanal nand cict101 sank nl suppnri of clret tar and efficient office opctnttous, I he position storks under direct suiper%1~101 accordutp,to set pmwcduics PRIMARY DintII..b I his list repuesenis ilia essential tasks per unmet!by the position I unplosccs may he assigned additional duties b) management as requited Pd IuiIns responsible and mimics atiintaistratist,cciTCI.111n)11111 cleikid ssurk in support of elles tic c mid efficient office opcmtions I'tus ides aduun1s(ratisC assistance whirl)may Include scheduling mooings anti appointments.utau taming calcidais scrrcnmg moil and telephone calls,comprising tontine correspondence tar supervisor's Aviation.,Innscrubing and preparing correspu ndencc limit notes 01 dictation.compiling data lot use ut managerial decisiommuking or repot(prcparauua, making tinsel and conference iiirmngenlents May coordinate,perfmit or assist scull specinli/cd athnulistintise.technical or elericad dunes peculiar to the department to ohiclt assigned Data Itcsponadulilt (ominks,esalvacs of evaluates data or inhumation and possibly recommends motion baud on results People Responsibility Pros ides assistance to people to achieve task cnmpiel may instruct or assign duucs 111 co•suukers /�Sa.C14 Kcsp on_sih}III) Rc(1un Cs>,urnc responsibility for achieving iii taut econonitC•andfur pies mmHg inlaar losses ditimeh the handling of of account lot matunds.supplies or small amounts nl money Mathematical Requirements I Ices addition,subtraction,multiphenttmt.and division:may compute matins,rates,and pe,ccnts (ommuuic.wons RequIrtanenlc• Reads join nals and manuals,prop.ircS spec talited repot Is and business Idlers is 10i!MIX!! formal and granmuu,speaks to groups o1 co-cookers and people otnstdc the inganilauoa Complestty of Work: I'crronns skillet)work insolvitig rules/systems scith almost constant problem sots Mg:requires normal attention ssith short periods of concentration for accurate results and occasional asp asurC to unusual pressure. Impact o1 I)eeisa,ns Makes decisions with nmticialely serums Impact-affects stork unit and may.dkcl other units ua ciweus Equipment Usage Ilunct1e>machines,btuts,Cgtiglnlcnt,or work aids invoicing g some latitude lot Judgment regarding attainment of standard Of in selecrng appropriate items,mcludmg tumpiuers and computer sallow.: prontos copiers.ins machine telephone Sold)of Others Rcipuucs some iespnutsthihts for safcts and hentlh of others unJtor for occasional colon coma of the standards of public safety or health Education Requires associate's degree or the equivalent of too peals of college or vocational school education in ollicc management sccretaint science,accounting,liminess or a closely whited held Itcipiiics solid blot di I)nsces Incase Experience Requires sis years of related espercmti Physical Demands Requires sedentary ssurk insoh'mg standup or walking lot line I perods,everting up to 10 pounds of force on a regular haws,and considerable demerit) ul operating office equipment Sensory Requirements Me position requites not inai visual acidly mid lido 01 vision heaving and speaking abilities,culol perception 16 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 J PA IA F,\Intl OI'FIt,II(R I hi.cnuniul fomwon ofthi.position onion the org,uu/ntlml is to perform routine to ii Ieiattl) rumple\J.ua eon)and other clerical work HI sul'Ixnt oferlitical and cries II, rkparuncni upcnalins Itic Ixrsrnron 1s iCJi0tISlbe 101 cowl mg.prootreadnlg and lenlecing computer data,astlsung with other clerical Insks at assigned,and pros tiling professional customer sets Ice at all tines Ilse position woks under direct supcts lsdm uumiling to 5r1 pruredures, rill MARY 11U I Jilts.: I his list represents the essential tasks pertonned In the pmsuion hnlpluyccs may tic assigned additional dimes by management is regional I niers prutesses and retries es inhumation loon Lumpulctved teund•ktcputg systems (ltvler:nes computer tenons mid spreadsheets,compiles data loo lepslrts as requested I'nodlfreads and assists In verify rig the sitcoms,old no uuctd,nrikcc ehralges as necessity. Performs other outline clerical%snrk,minding but not toadied to Iukphoni.s.topytog mil filing,lining, nsscmbling materials.and processing(lads mall !tecuisc4:1ml responds to uuluiries and requests Ins assistance from oiler(mitts departments.agencies.Otg,uu/unions,pnsessnmalc and the pubht Data Responsibility Collects classifies.idol fiinutns data or information People Responsibility Speaks with of signals to people to come)or c change unmmauom \.sets He.puusthilily Requires smile nshonsibility tot achieving moor economics and+ur foesenuug minor losses through Ili.hooting ul or riscou ting fin mates lids.supplies or sucdl amounts ufnluncy Mathematical loses rdldnum,smbuacl0n,multiplication,and drslum,clay compuli.ratios raw,and pus.cnts (5Inllllilridallull Requirements Re:xls etlulical instructions,chars,andlnr pro:crimes manuals,compost s routine reports and completes job forms,speaks compound sentences using standard grammar l'oinpletry of Wink Performs semi-minim mirk unolsmg set procedures amt tides huh with Ircyucnl problems requites normal attention silk short periods of concentration for(Iccurole 8511114 of Otta61111111 CAp iuS11te Its 111111‘1.1111 111%.551111: Impeach of 1)etdsiouc Makes decisions uVltl moderately serious 1nqusi-ntletis soot unit imd Ilia)affect Mlles unn4 or ours in I'quopnlenl Ware Ilnndlts machines,Idols,equipment,or work ads msulvmg little of no latitude for judgment regnrdmg annul lent of Mandan!or in reelecting appropriate items,his holing computers and computer programs,telephone.copra,but machine Sufetc of Others Requires no responsibility fin the safely and health of others Requires high school dgobnla (i1,I),or vsxalional laming Requires us months of related espertenec Physical Demands Rsqulres scdcntul) wink insists ng standing or%sulking for brlel periods.esetIlog up to 111 pounds of forte on a regular basis and considerable descents in operating office equipment Sensory Rtqu(remcros the pusrmm tequues normal s sir II acuity and field of vision,hi.drily and spcn►mg uhddlts 17 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 EadILBALLISIall Iht essential luuuton of dm position isulun the olgnmiuuun is to perloini stun-dolled and unskilled souk iii du nlantcnmoo of l ain a tinge{a grounds. mat and sshicle' Jiid liednunnrtot other souk as tatIfIi .i f Ili pnsdini nianisnl dm:et opcnoing Nadi maintaining cV P :molding to.Cl prucetbuts I'ruuut y Dusan Ibis list rapicsuds%I* esss nerd musks ltilfilnucd by Ihs position I nlpluysa s in is bt assigind additional duos h)management as fequne.' Performs scmi.skdltd and unskilled innlntcnalitt souk to 3,0 51 V1111 IIIV acua toes and up..r.dluns of an nsslgrud disown or depalntcnt of the(mint) Perliums gclltral grounds keeping sunk.including musing grass,applying pesos irks and lurinudea rutnitlilt!dchns,installing and maintaining plats utatelials,rt unviug trees and other segetatam JI work sites Assists in 111aui11Jtt1111g and rep thing cqutpnenl.plumbing and clettncnl mnintemnitc and npatr murk l'clfmmns gellaerAl LuStnt11:11 Walk.n regolntl 1ht)•instal will the commotion and nuuntenanet of Count)stream,roads Midges 51dcmahka,dnscttass null dnnmgc structures %Sts up meeting!onto%and laclldies lot clams as scques)eiI I.ansprins maim ads,oldeguiipnenl to rind front milk site Data Responsibility (immune,01 1er101 ms arithmetic opctauons People Itesponsihihls Rtapurea the iblldy 1'l sp:akmg and+or signaling people to Rodney in exclmngt ntumution Includes the TCtell tug intoin1a1100 and last!tit 11011s 110111 supers ism Intelhgensc,Kcyuite%ohs ability)tl apply 1.0111111011A undeista,i lug to 5.111'um usln,tuuu,and use undepeildcnr pmlrunnt in WHIM 511115111111, (..unununicalrons Kequlrenn Ills Rcada mud whim simple%emsncec m insuuttons Jnd spcuk%smiple cement es using hash grammar I muntimental mono,Ira moos Insks humidity aouwluinm,U ink hazardous,none vibranlns.niiin its•'%ddldst,tn del,sus fumes Mats ants normal nttemnnn 6)t Cumpicsll)tit Work l'erlorros semi-routine dark fiilhssmg princdures 'Anti ucsasim)nl problems lcq necurJte re%uht regarding attainment {gnipnlcld usage handles inuhincs,tolls.equipment,or work nuts insoling some latitude tut of standard or in selecting appropriate toms.including seh ides.rowers,miscellaneous hand mid poster tools.custodial equipment and tools 'safety of uthcis Requires some respunslbdit)fur safe))and health of Mims anal/nn fin occasional cnlmtantenl ul the dross s of public safety or health h ,dust of lInns°truhle I Wards the position nut)Ite csposcd to extreiite lieat'etdd,suet or humid conditions,blight/dim hg N p llim roe s noise 'sbratio Of 11 l .� e m l mccha1ILhl pan,slci.tinal shock lulghts I t ens t i . i tslfhlc mtusu 18 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 t, I USIODIAN I he c•seniial function oldie position%%ohm the org:nlianon is to perloint uuuuni.,tanuunul related sets ices I his position oinks tinder direct supers is inn according to set procedures Primary Unties I his list iepicscuts Ole c%sciihlal iM1.Y perinlnied hs III,position I ngsloyces ma) l .Assigned additional duties b. management as required, (a.ncr,d o1Lce related cleaning of buiWtugs including ing but not limited to olhct.s tuuleiencc rooms,it strtttums Lilt Inns cnlnulccs,statrssa)5 41111 sukualks 1'n4ititin ma) be requited to complete inspection iepurts Data Responsibility 14 tomes the ability to compare aud'or Judge the rcaJd) olsscrsuhle luncuonul shruclutul.or cuintx/sa10041 chnnutcnstics of data.people or things lquipment Usage I)penile vacuum clatter,broom,mop,(lour polisher,esti actor and pressuue ss.tshel People Itcspsonsibility Requires the ability of speaking and/or signaling people to contcy or cschangc inhumation Includes icons ing tustiuctions,assignments nud'or directions Irons super isms Mathematical Itcquncuhents 1 Ise.udddtun,sublraelsoll,multiplication,do'slot,.decun tin and petccntugcs (oniplesii or Mimi, Per founts siulI.IuiUiulic stork►soh short peimdsol t(salaam anon list.itsuralc Icsnlls Impact of Decisions Makes duismns stub moderate inquiet I%penome Requirements Monorail cleaning cspenenee inehidmg the ust of t hci uculc and machine/) Must he able to read, .stile,and spark hhnghsh.Knossledge olbmhaiurd clenmlp is hcnel}cul Physical l)iuuuids Abdi%)to croft up to one hundred'annuls of force instils mg pushing or pulling actions Must be able to lilt midour carry%%tights up In filly pounds Work ms'ottes taus ing,climbing,bending and stooping for Shutt periods of tune Must he plt)sically able to opooh:a wallet)of nmchlncr) and equipment including:h s aeuum,broom,mop floor polisher.estiactor tad pressure slasher SuIu tacks require s mail perception and discrimination and oral communications abaft) 1 Kc u ur mimic the ability to talk and/or hour (talking espiessntg ore%chnnging ideas by Henn.of.palm.turd.,heating'p 8 or sounds by car May requite the ability to differentiate Iu:tsscell colors•mil shades ill solar Intelligence. Requires the ability to apply cmmttnon,sense undcrslaudmg its catty out instructions furnished in%%mien,oral or diagrammatic hum Must he able to use independent Jtalgmeni in fan]) loutinc and fully non-routine situatiwts Itcqumes the ability to lead and strile I:nummiicnlal I actors 1 asks are regularly perlinm ed.stilt cap osule to dirt,dust.pollen.adins..scitess.humidity,machinery, vibrations and tome/poisonous agents 19 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 • I1 NAt 11 •t& I ht escentral lintel nn of the lutsmtni within Ih.oil iml/non is to pros id..traffic ll i i lmg sett ices nndll Jueet suprt.won according 10 set procedures Pnntar) 1)u1110 flu%list ucpte%Cots the essenttnl tasks per'mined In the 14)0141n I ngtlo)Ct%eta) 1•e ussii tiCd.rddnrnnnl debts b) inamgrntdnt its required Ibrect%uallic using fhtps.toil sigu% Ifparate,yaeons tools and equgnncnt»oudine hut not Inmted to%ura111t:um1 owls l:wn and pnttef Cqufpmcnl PCUple Responsibility SpCnhs old)or sglnuls to In.uplr Io com ()ur¢.sham;¢infmnuuon Mathematical Requirements tlses addition subtraction.mulupltcauon and di%151011 entry tootputc num..rates and percents t ontplexity of Work. Performs tontine trim,lullunmg ptuecdures,ailh occasional problems.requires minim!attention thr accurate results I gmpment Menge I lnnilles tramk flags.signs machines.tools or work aids invoking moderate latitude fin Judgment Safely of Others Requites alxtvc rimmed tesponetbilits brr sale.) nod health of others mid/or for cnlort.emcnt of the standard%of public safety or health I Jue.nion K.yuucntcnte, ko.,pnr.c high shawl diploma. Iii I) at smammal training I'cense% t ertrtiCauonc and Registrations Requited Rtqutres uwort 1'14utiLtrUlttahou!J1 i`1 rntcn.uut&ri I r.d1i1, Physical Denumds Requites standing or tsulkmg for long pctrods of tine..setting up to CO pounds of lame an a regular hairs and console:able dcsteriy-tit operating equipment Must he Mile to oink in adtersc Aceuihes conditions utelwling ethane brat and cold conditions Ilnasotdable I Ireards the I10sItlun is exposed to bright/dim!iglus.dust or pollen intense noise locks.tunics or nwaimrs odors, moving mechumcrl ports diooucelpattlatgcns,mini.,toxic or unrstie chemicals I nvuonmentnl Factors lacks are reguhrly w,b,rtned out of doors and there rata)exposure to tint.dust,pollen.hues and odors.%scone's.rain.humidity.uutthincry Itilflir h.vurduuc,noise.vibrations .uuntalz+wddhfe.tint Iotre:pmsunous agents 20 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 9. %NI/FI1.1.A I11%,N )A\I the essential function of the positron%%ilhnt the olgaIlI noun Is to perform customer scr%ice nod i lethal duties in support of doll) (mini)I ondli11 operation% 'I tic positron twit a mulct direct super%won•wecording to so procedures 1'nnnu) Duties this list represent%the essential tanks pofilnned to the position I umph.%cC in)he assigned additional Julio• lt m.m.rgemeru as required (beets call assists landfill umlfor drop oft center urslomers,ubscrt es and duccls all incoming and uulgumg tiatlic 4ecuu tel) assesses and quantifies%%lisle materials.check'.011 loath fin prohthucd ur levaiduu'iulcreils I ntcrs customer/load data into log or on computer,or tr.teking s)stenm Piepaies daily mid monthly!claim%as requited Answers the telephone.pros Ides requested unlitnintiin I Indies funds received as payment limn customers (frac%mussing and weed trimming Data Itcspatisthihl) I nler<,vupres.and toils dale and inhumation People I(espoisthdrl) Speaks 0 r1h or si tnal%to people to come) or exchange information Assets Respiinsibdn), Requires minimum respon$tbihq fur roll%small gmounus oflut%cosy items to supplies%%rule opportunities for achieving economies or presenting loss are negligible Mathematical Requirements Uses addition.suliumuon mulhphcnhun and die rsnno.inn crnput,iatiu%,rates and percents (.'anununre'ulnms Requirements Reads simple sculentcs or mstnauuns:%%Mee simple sentences,speaks simple sentences using haste grammar (umph sly of Wink Performs kmrtmrlinc stork falluwng prteciures,%Nth OccasiOnal problem% requires normal Lutetium for accurate result% hqugmunt Usage I Imulles machines.tools.equipment.of Lurk aids'molt tug cone latitude for Judgment regarding attainment of standard or in selecting apprupnate demur\including computers,punters.Copier.enlculnlur,and telephone. Spotter Certilicntion preferred Slllct)of Othus Requires sonic itsponslbtla) for s.tfeis and health of others author lot occasional enforcement al the stnudails (1(1)11141c Sifety or health. Iragcual Dennis I lie position is exposed to bright/dim lights,dust or pollen,intense noise lesels.fumes or noxious rains cult mg mechanical pairs,disease/pathogens,tint fie,toxic or caustic chemicals 1 II%tonnuntal 1 newts finks.tie regulurls performed situ of&oars rout there mac exlnisun III dot,dust,pollen luaus and odors,%%et ess rout hunddnts.aitnhuners,ionic hay.idout.rouse %ihnatans animals's%Ni e..und tine/porsuruuis agents 21 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 , 9. 1;�►1'l I'�i ;11 ()Piet(,\I Olt the cs.enlml functon of the position► ilhtn the organiraltou is to pelf irin operation tit machun,s and equipment I he position notes under direct supervision according to set prncY&ures Priam),Duties Ibi lit►itpreseuts the essential tusks perfumed Its the pentium I niplostes nuts Ice assigned uddmomd&Hues b)m.magentcnt as'opined ltpetoic tin nssurintent al umachiters and t quipmut ine.luthng but not limited to small loader(Mildew,small sk►d stcuer (Bobcat)and u lotkhil Assisi+soh mar tuuung equipment and perfounug field m'mnteoance twits rocs I'ceases,(_etrlic itimts and Registration.Requited Rcquires current Valid I Donau Commercial Wiser I.tcerbe((_DI )I lass A II,in( Imtensc People KespolIsthilt) Speaks%soh at signals to people to rouse)or esehaagt u►lomin.►trun Includes receiving mstructtons, assignment.and/or ditechons from super.msor. Asses Itcslwnsthtlt) Kequines minimum iesponsihdm) tut tans or supplies sslere opportunities for nettles tag economies or preserving loss are negligible Mathematical Kupucenxvtts I Iscs addnuun,suhunclmun muhtpltudtou.tnd des Ivan;um)compute ratios r.ncs and pencuts Counnuunmtiwns Requitement. Reads simple...emetics..ur m01.101011% 5■111e.++{ample se111131 YS.speaks+nnplc s ntence%using basic 1irantmor Cumpte\dv of Walk Perform.semi.motitinc%soil.following procedures.nub taut..a mml problems,requires not attention lot acsair to tetadb Safety of Olhcvs Require.utudCliIC ICS(Hin.tlahl) for%aact) and health of ether.anti/or Imr°C'Ca.wttal titmeement of the standard's of public surer)Hr health I'h)stcnl Demands I he position is eslMlscel t°Wight/dim lights,diva or pollen nuense noise levels,domes Or nosamS tttlors. mot log mechanical pails,doutsct$t_thmgens.traffic.love Of caustic chemicals Manual I)ealerit) Requites the ability to handle u seam)al items including but cwt Iimmd to hc.ts)equipment control knobs and snitches using 0e/hand/RIM coordmmtion I nvnunnental Factors. Tusks time regulnr1)peril 'd nut of doors and there ma)esptt.tre to dill.dust.pollen,fames and °dots,wetness,run.humidity,machincr).Intllic hnrurslous,noise situations,.uumalshsddhlc.timid task poisonous agents 22 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 111 MVOs Ci 1)l uVllt the essential fluid mu of-the position onion the'Nano/mien as In pro%irk trot k this mg pod Pencral Inhur set.ices as needul the pmamtium wods ender duce supervision according In Ai pmn-cdutes Primus)Duties Ibis list rcprcti ins the essential tasks performed I%)the position I nmpinysxs in t) Ix assigned additional duties h)nnnngenmtau as required I rusk dncmg wiiidm nia)tot hale but not lis bumf to the li t os%ing Assist ommli the l aunty's debn..Ieynup t'aune(for dclmtcts oh 1 114.1)nodcnalc c)perdlcs a hand tank keeps dad)records of delis et)Sells ii) Notiliesptoper authorities and the system about instilsrtnent in any motor%clinic or din cuations res.cned I,ecuucs,Certifications and Registrations Required Requires union Valid 1 koala l onaucrunl Driver I acme It 1)1 I('Lass A and/or 11 as applic-ahle People Responsdnlil) Speaks%VIII or signals to hx.ttple IU tome).or etltmnrlge ntarnwont Inetudtc Ic:e4s mg nmstruuonms isciguo eats and fur duesumms lams supers hale Assets Retpnmsmbtll) I4q11l1ec nitnlc4.oc red 1111'0 M Im llenlc or supplies%shelf opp+rtuulncc fm 1Khe'.ing tcomonmmts or presuming loss are negligible hIalhemo1cnl Requl►menis, loses addition.subtraction,multiplication nut do mom non)compute noun,rate, and penults t omammcetlunc Requitement% Rends simple sentences or instructions,%%rtes simple semi,rues.speaks simple sentences using hack grnnunar (simple sit)of Work' Per Coitus scent-routine work foilo%amg procedures.cc oh tuumsiun,d problems requites unwind nitsntmn for accurate results Said)of()lbw Requites moderate tesponsrhilil) for%Eifel)and health of°thus mad4ot for txtasvnnal cutoreei em of the stmulaids of public+,der)or health Ph)slot Demands Ile position is c>,pose*.to lltghthhna tights.dust or Iwlleu,uucnce nnmcc I0c01,luniea or mmocams odors MO mg net.hiauual parts.disenscipalhnguis,la io%tome or caustic chemicals I asks mtulsc the ubdmty to exert physical Mort %%teach may insular hllmg carrying,pushing nuttor pulling of weight O to IOU pounds Wink may msols c Inoamg,climbing. bending lifting.carr)mg items,shoscling.and stooping for sh ort permdsnf time Musk be phcstcn%l)able In operate p h.nul muck hlanttal Ikstent) Requires the Atilt)In handle n%arid)of items mtlmhmr Imo not limited to Mliuol knobs'nu]%wmtshes using e)Uhimdtlutrt nwrdmatmn I nsamnnentat 1.moon frisks are 4cguhatly pet formed Dull of doors nod there inn)esposmru lit dirt dust,pollen.fumes noel odors,wetness norm.hummdn).machnmcl) traffic havatdtmuc twine \Ibrahim.,.mooch+ss ddhfc.nod toxic/poisonous agent. 23 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 I 1 DF 111'I It1 SP.It\'I(I:ti 111(1%1:W01'1 ItA I Olt the essential luntlton nl the position%%Illnn the org.mu (ion i %ta m l prn t n el he iut) Minutes and other offices Ibis IS lespulllble suiting.P ng upand delis ucc nn u dhtyl) n an pc it oming minted oink tic assigned the p,sn%nt ttorkc under direct snout Won aecordatg to tit procedures PlLI,s up and dcliccrs untaught(le'IcsCe'n Iihunicc,I Mini)'tonnes Administration pudding„and Pound)onite including ben not limited us hooks mini%MIDI materials tonlpulcr equipment ollke supplies and inn r•olliee mall I smnme,and souls till materials to ensure&heel)to propel kit.uhtn. slnnu.df)loads materials into assigned son Determine,the mint efficient(hilt route,and sets priorities inn delis et)assignments Mnnnaots aetovate and up•to-dote logs in all pick-ups veil dch%cries Operates and maintains delis go) tall, cleans son rcgularl% co duets safely inspections Inmates and schedules sehlele ulalntenmice to necessary, Prot ides itllnllIsation and assistance to etl•oorkett,hbrur)punting and the general plink as writ.tied Relates to individuals olio hate ennuis(snit or are influenced by the position Pros ides assistance to people to nchtetc Zack complcuou l(1(011t1. +site iesptnsdnlft) I111 .alnc%tog 11111110 ecununuct ,utd'ot presenting 11111101 tosses through the harulling of ill s strokes.elks,or small amounts of Dame) accoaccounting m m nub tin atcll I I Computes t performs antlunene operations I Ise.addition saturation tphcnoot and illVSm nn) ampule mhos.rates and Pf rcents Zs mist completes routine stork dorms,speaks tontine sentences I�nt.,at nnslrucimn,,o7tlds routine sentences P Reads minute sun t using standiud grammar Pet forms semi routine oink folhosing piocedure, nuh occasional problems,requtits noun 11 attention lot accurate results Makes decisions with ntnderalely serious impact•nlTeets tsaik unit and may alit.'other units Of eIII/CM Cowrdirwtee the handling of%chicles, toads. equipment. or took utds lionising esti:m.1 a latitude lot pulgmenl regarding attainment of standard of m selecting npprupnaie Items Itapuuet euusukrahlc rctponsibttn) fur the+.(file and health tit 01110+uud,m emnmfouc cnforcunull III the Iaos anti s andtud% of public health and satin) Requires high school diploma,(,l.l).or cocntional training and a solid I Ituicks driver's license Requires one ycnr of related experience Requires Ileac) conk intohmg cs.iting 50 to 100 pounds of force on a'cgula' basic and eseephunnl dcstctin and skill in upetnlutg%ehncles and hand trucks the position is exposed In extieutc hcai i old, tee'or humid conditions.Mightlthm lights,dust or 'solicit.%Mbr:aoll low,or motions odors trail% the position hinny, nun t I,ual newt)and field of vision,hearing and. elting utilot%g (slur pelceptmn 24 2013/Procurement/13-0037 Temporary Labor Services/Labor Ready_8-27-13 EXHIBIT B. HOURLY RATES Item No. _-- I)cscrq lion -- Cost per hn►n Customer Service Itepiesenlative/Iteceputmi�t _ $-to 69 — --- — 2 Oflice Associate I � ._$ 1809 l 011ice Associate IV -- —____-- $ No Bid _ 4. I)ala Entry $ 16 19 5. Genoa! hibot $ 12 e9 6. Custodian —�-- ���� $ 17 09 7 Ilalike Flaser S 1379 — 8, Landfill Attendant _ $ 1379 ________ 9. Equipment Operator with Class"A"."13"of "C"C'UI 5 17 39 License(as applicable)10 Truck Ut ivcr with Class"A"or"I3"C'DI. License(as No taw applicable) -- — I I I)clivciy Services`I)rivcr/Operator $ No Bid 25 2013/Procurement/13-0037 Tempoiary Labor Services/Labor Ready_8-27-13