Loading...
Contract 2020-040ADocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 TO: FROM CONTRACT APPROVAL FORM DS DARREN GRAY, CITY MANAGER FREDDY SUAREZ, PURCHASING DIRECTOR SUBJECT: SWIMMING POOL MAINTENANCE AND REPAIR SERVICES DATE: JUNE 5, 2020 THE PURCHASING DIRECTOR RECOMMENDS THE FOLLOWING: 1. APPROVE: Agreement between the City of Clermont and One Stop Pool Pros, Inc. to provide maintenance, cleaning, repair services and chemicals for swimming pools and splash park for the Parks and Recreation Department. The agreement shall take effect on the date of execution by both parties and shall remain in effect for two (2) years. Upon mutual agreement, the contract may be renewed for four (4) additional one-year term. 2. Why is this action necessary: In accordance with the City of Clermont Purchasing Policy, the City Manager is authorized to approve contracts under $50,000 that do not require a budget amendment. 3. ADDITIONAL INFORMATION: At the request of the Parks and Recreation Department, the Purchasing Department issued a Request for Bid (RFB) to acquire a contractor to provide maintenance, cleaning, repair services and chemicals for swimming pools and splash park. The swimming pools are located at the Clermont Arts & Recreation Center composed of the main pool (80,784 gallons), kiddie pool (2,525 gallons) and spa (3,950 gallons). The maintenance services also includes the Splash Park (1,350 gallons). The estimated annual expenditures is less than $20,000 and it is included in the Parks and Recreation Department budget. Award is being recommended to the low responsive, responsible bidder who complied with all terms and conditions contained in the RFB. 4. FISCAL IMPACT: The fiscal impact of $15,876 is included in the current year approved budget. 5. EXHIBITS: Bid Tabulation Award Recommendation Contractor Term Agreement DocuSigned by: ignature APPROVAL AUTHORITY Approved ® Disapproved ❑ Reason/Suggestion (If disapproved) City Manager Title 6/10/2020 Date DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 • CLERMON-r Chice of oChampions RESPONSE TABULATION RFB 20-023, SWIMMING POOL MAINTENANCE AND REPAIR SERVICES DUE DATE/TIME: MAY 21, 2020 AT 2:00 P.M. (EST) One Stop Pool Pros, Inc — Hallandale Beach, FL Y Y Y USA Pools of Florida — Orlando, FL N N N United Pool Maintenance, LLC— Roswell, GA Y Y Y "Addenda were not mandatory submittals with bid response. DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 n CLERMONT Choice of Champions FREDDY L. SUAREZ Purchasing Director Purchasing Department 352-241-7350 fsuarez@clermontf1.org AWARD RECOMMENDATION MAY 28, 2020 RFB 20-023 SWIMMING POOL MAINTENANCE AND REPAIR SERVICES Based on the results of the bid submittals, the Purchasing Department is recommending the award to the low responsive and responsible bidder, One Stop Pool Pros, Inc. in the total price of $16,018.62. 685 W. Montrose Street • Clermont, FL 34711 • www.ClermontFL.gov DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 AGREEMENT NO. 202040 FOR SWIMMING POOL MAINTENANCE AND REPAIR SERVICES THIS AGREEMENT, is made and entered into this 16th day of June 2020, 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 ONE STOP POOL PROS, INC., whose address is: 1835 E. Hallandale Beach Blvd., Suite 886, Hallandale Beach, FL 33009, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issue RFB 20-023 titled Swimming Pool Maintenance and Repair Services; WHEREAS, CONTRACTOR submitted its response dated May 21, 2020 to RFB 20-023; WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 20-023 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I — SCOPE OF WORK The CONTRACTOR shall furnish swimming pool maintenance and repair services as described in CITY's RFB 20-023 and CONTRACTOR's May 21, 2020 response thereto, which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. 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 as 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 a period of two (2) years thereafter, unless terminated or renewed as provided for herein. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR; b) if 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. 3. Upon mutual Agreement of the parties, this Agreement may be renewed for four (4) additional one (1) year terms. Sixty (60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Producer Price Index (PPI). ARTICLE IV — COMMENCEMENT AND COMPLETION OF WORK CITY shall authorize services to be provided hereunder by issuing a purchase order to CONTRACTOR. Prior to the issuance of a purchase order, CITY shall notify CONTRACTOR and CONTRACTOR shall begin the services. ARTICLE V — PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed products delivered and services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE VI — DISPUTE RESOLUTION - MEDIATION 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 location is mutually 2 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 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 its employees connected with the work of this Project 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. 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 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 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, $500,000 Each, Bodily Injury & Property Damage 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) 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 in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or 3 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are 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.; 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) 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: One Stop Pool Pros, Inc. 1835 E. Hallandale Beach Blvd. Suite 886 Hallandale Beach, FL 33009 Attn: Todd Noesser, President / CEO 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 such 2 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 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. Except in the event of 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. 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. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (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 5 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 not exceed the cost provided in this 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 termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. 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 / Notice To Proceed 3. All documents contained in City of Clermont RFB 20-023 and any amendments thereto. 5. CONTRACTOR's May 21, 2020 response to RFB 20-023. no DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 16th day of June 2020. City of Clermont rV DocuSigned by: Amm, aA� Darren S. Gray, City Manager Attest: DS 1DocuSigned by:'� T," A d H,-wt Tracy Ackroyd Howe, City Clerk One Stop Pool Pros, Inc. DocuSigned by: (Signature) 1 STOP POOL PROS President (Name & Title Printed or Typed) 7 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 EXHIBIT A Bid 20-023, SECTION v C PRICE SCHEDULE NOTE: The quantities shown in the Price Schedule are estimates only. They may vary significantly from the actual quantities ordered by the City. Payment shall be for the units ordered, placed, and accepted by the City. By signing this form, the respondent fully acknowledges that there will be no additional compensation (no overhead, no anticipated profits, etc.) other than the unit price of the items times the number of items authorized, ordered, placed, and accepted by the City. Description ! Extended Price Ciermont Arts & Recreation Center 1 Main Pool, Kiddie Pool, and Spa Maintenance (includes 3-full 52/ Weeks +����� IZ service visits per week) � IL 2 Splash Park Maintenance (Includes 3-full service visits 521 Weeks 1r�• `'� `.s; ]�U• �' per week) y 3 As Needed Maintenance for Main Pool, Kiddie Pool and Spa (extra cost day maintenance) 1 1 Day Oe6X as em— per ?f6S 4 As Needed Maintenance for Splash Park 1 /Day 2Z. 2Z. (including emergencies) 5 Storm Preparation and Post Maintenance 1 1 Hour ysv- =" S ' Total Price RFB No: 20-023 Page 14 of 31 WM2020 2:21 PM p. 18 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 City of Clermont Bid 20-023. SECTION - C PRICE SCHEDULE By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this solicitation, and is acting in an authorized capacity to execute this response. The respondent also certifies that it can and will provide and make available, at a minimum, the items set forth in this solicitation. Company Name (print): Street Address: / s�35 Mailing Address (if different) Telephone: fC& - [; �/ A�.77 i Fax: Email: C['% WC-,05`-Y ,o Payment Terms: % FEIN: -VT - Professional. License No.: t Signature: Date: Print Name: Title: a &,r- Does the respondent accept payment using the City's MASTERCARD? C'I '1- ❑ No END OF SECTION - C RFB No: 20-023 Page 15 of 31 days, net 5115/2020 2:21 PM P. 19 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 SECTION — B STATEMENT OF WORK The work to be performed consists of providing maintenance, cleaning and repair services including labor and all chemicals required to maintain two (2) swimming pools and one (1) spa located at the Parks and Recreation Department, 3700 S. Hwy. 27, Clermont and one (1) splash park with water features located at Waterfront Park at 100 V Street, Clermont. All work must be coordinated with the Parks and Recreation Department representative. The each location consists of the following: 1. Clermont Arts & Recreation Center • Main Pool — 80,784 gallons • Kiddie Pool — 2,525 gallons • Spa — 3.950 gallons Contact person: Suzanne O'Shea, 352-708-5998 2. Splash Park • 1,350 gallons Contact person: Maritza Rivera, 352-708-5989 1 — MAINTENANCE POOL / SPA Maintenance must consist of the following: • Clean all skimmer and pump baskets; • Water chemistry analysis; based on the Langelier Saturation Index and NSPS guidelines; • Check chemical balance and add chemicals as required to meet the health department, the National Swimming Pool Foundation (NSPS) standards; • Provide all chemicals needed to treat the pool/spa under normal conditions and adjusted as needed at the time of service; • Check ISO acid and total alkalinity once per month and adjust accordingly; • Skim reservoir surface to remove floating matter; • Brush pool/spa walls, and water line tile; • Vacuum bottom of pool and spa; • Backwashing/cleaning of DE filters, depending on the poo/spa; • Inspect pool equipment areas and related equipment; • Fill out Department of Health log book each visit. Log book must remain onsite. RFB No: 20-023 Page 9 of 31 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 SECTION — B STATEMENT OF WORK 2 — MAINTENANCE OF SPLASH PARK Maintenance must consist of the following: • Clean all skimmer and pump baskets daily associated with the Splash Park system; • Water chemistry analysis; based on the Langelier Saturation Index and NSPS guidelines; • Check chemical balance and add chemicals as required to meet the health department, the National Swimming Pool Foundation (NSPS) standards; • Provide all chemicals needed to treat the Splash Park system water under normal conditions at the time of service. Chemicals may include liquid chlorine, acid, stabilizer, accolade and calcium. • Check ISO acid and total alkalinity once per month and adjust accordingly; • Skim reservoir surface to remove floating matter; • Backwashing/cleaning of sand filter system (Pentair TR100C pressure vessels complete with glass media); • Inspect Splash Park equipment areas and related equipment; • Fill out Department of Health log book each visit. Log book must remain onsite. • Check at each schedule service the gauges, flow indicator parts, filters and UV system; • Treat the Splash Park system regularly with "Natural Chemistry Pool Perfect Plus" enzyme treatment based on bathing load; • Maintain and adjust regularly the chemical feeder and clean all probes as needed. 3 — STORM PREPARATION AND POST MAINTENANCE PROCEDURES Prior to hurricane or large tropical storm weather preparation procedures: • Prevent contamination from debris and excessive storm water, add a granular pool shock and large dose of pool algaecide to quickly eliminate organic contaminants that may have entered the water. • Wrap the pool pump, time clock, light transformers and electric heaters with waterproof plastic as applicable. Tie wrap securely in place to prevent sand and water from entering the equipment. If flooding is expected, disconnect the equipment's and store them in a dry place. RFB No: 20-023 Page 10 of 31 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 SECTION — B STATEMENT OF WORK • Circuit breakers at the main electrical panel should be turned off. Pool equipment such as pump motors, pool lighting, chlorinators and heaters must not operational during the storm. Post hurricane or large tropical storm weather preparation procedures: • Removal of excess debris from pools and electrical equipment. • Unwrap equipment and assess damage to pool pump, time clock, light transformers, and electric heaters where applicable. • If all equipment is in working condition, restore electric and pumps to working order. • Restore chemical balance of the pools to regular levels. • Post hurricane cleanup within two days of storm passing. 4 — FILTER CLEANING & SAND REPLACEMENT All sand filters related to the splash park pump system must be cleaned at each scheduled service or as needed as. It is critical for the filter to run in order to maintain clean water, replacement parts for the filters (elements, manifolds, and 0-rings) may be replaced without prior approval as long as they are under $15. There may be more frequent filter cleanings due to bather load, amount of debris, or other conditions beyond owner control. Replace sand in Pentair TR100C pressure vessels complete with glass media based on manufactures specifications and usage of the Splash Park system. Notification of the sand change must be sent to City of Clermont representative or designee with a thirty (30) day notice by email or written notice. 5 — REPAIRS / INSTALLATION Installation of items such as Life Rings or any other "Life Safety Items" should be purchased by the city and installed by the contractor. Any and all repairs should be made by the contractor solely. Any repairs should be agreed upon by owner prior to any work being done by the City of Clermont. 6 — CLEANING TIMES AND REQUIREMENTS Clermont Arts & Recreation Pool/Spa maintenance and cleaning must be performed between the hours of 6.30 AM and 8.00 AM at a frequency of three (3) times per week. Adjustments of schedule must be agreed upon by both parties. Splash Park maintenance and cleaning must be performed between the hours of 9,00 AM and 10.00 AM at a frequency of three (3) times per week. Adjustments of schedule must be agreed upon by both parties. RFB No: 20-023 Page 11 of 31 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 SECTION — B STATEMENT OF WORK 7 — APPURTENANCES Successful respondent will be responsible for all adjustments, above ground leaks, piping and equipment, repairs and/or replacements of all appurtenances to the Splash Park. Such work may be required on either maintenance or an emergency basis according to the needs of the City. 8 — TROUBLE SHOOTING Successful respondent may be contacted to advise the City of Clermont representative or designee of any problems, potential leaks, potential motor breakdown, etc. It is the successful respondent responsibility to report any malfunction of equipment or potential problems immediately to the City of Clermont representative or designee. All repairs must be authorized by the City of Clermont representative or designee. 9 — MSDS Successful respondent shall provide copies of the Material Safety Data Sheets (MSDS) for all chemicals supplied. MSDS shall include information on all ingredients contained in each chemical as well as all poison information including all recommended procedures for antidote in case of accidental ingestion. 10 — RESPONSE TIME A qualified pool technician shall respond within thirty (30) minutes by telephone to emergency calls (seven days per week) and will be expected to be on site within two (2) hours after initial response. If it is not possible to be on site within the time frame specified, the successful respondent will contact the City of Clermont representative or designee within that time and a mutual agreement will be made. 11 — KEYS AND LOCKS Successful respondent will be issued a set of pool keys during each visit. Successful respondent shall be responsible to see that all doors, locks and accesses used to enter the pool pump area and kept secure and locked after completing the services. A loss of keys by the respondent must be immediately reported to the City of Clermont representative or designee. Loss of keys may require rekeying which will be financial responsibility of the contractor. 12 — EXPERIENCE Successful respondent shall have no less than five (5) years of experience in working with commercial swimming pool maintenance and repair. Respondents shall provide RFB No: 20-023 Page 12 of 31 DocuSign Envelope ID: 3B3EA88A-7CC1-4788-A3D1-DBCED439AAE4 SECTION — B STATEMENT OF WORK evidence of experience with their response, including but not limited to, maintenance of all records meeting DOH / NSPS requirements and standards. Failure to provide such experience will result in respondent's bid being non -responsive. END OF SECTION — B RFB No: 20-023 Page 13 of 31