Res No 103-17-14904RESOLUTION NO.: 103-17-14904
A Resolution authorizing the City Manager to negotiate and enter into a contract with
Dash-Door and Closer Service, Inc. for the purchase and installation of an access control
system for a new entry door at the Gibson-Bethel Community Center's fitness room.
WHEREAS, City staff was directed to research the installation of a new entry door with an
electronic access control system for the fitness room located at the Gibson-Bethel Community
Center; and
WHEREAS, the aluminum frame door with tempered glass is estimated at $3AIO and the
access control system costs $5,560; and
WHEREAS, upon registration, active members will be given a smart keyfob to access the
gym. The access control system will allow members to use the fitness room securely, without
requiring staff at the desk during non-peak hours. Furthermore, the new system would prevent
minors and other unauthorized personnel from entering the gym while staff is not present during
non-peak hours; and
WHEREAS, competitive proposals for an electronic access control system were sought from
three (3) different sources of supply; Dash-Door and Closer Service, Inc. was the lowest and most
responsive vendor; and
WHEREAS, City staff desires to provide a contingency amount of $500 over the proposal
amount of $5,560 for unknown factors that may arise during the work; and
WHEREAS, the total expenditure shall not exceed $6,060 dollars.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA THAT:
Section 1: The City Manager is hereby authorized to negotiate and enter into a contract
with Dash-Door and Closer Service, Inc. for the purchase and installation of an access control
system for a new entry door at the Gibson-Bethel Community Center's fitness room.
Section 2: The total expenditure in the amount of $5,560 shall be charged to Parks and
Recreation Capital Improvement account number 301-2020-572-6450, which has a balance of
$67,222 before this request was made.
Section 3: The City Manager is authorized to expend an additional $500 over the proposal
amount of $5,560 for unknown factors that may arise during work.
Section 4: If any section clause, sentence, or phrase of this resolution is for any reason held
invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the
validity of the remaining portions of this resolution.
Section 5: This resolution shall become effective immediately upon adoption.
Pg. 2 of Res. No. 103-17-14904
PASSED AND ADOPTED this 16th day of---=..:M=a ..... y ____ , 2017.
COMMISSION VOTE: 5-0
Mayor Stoddard Yea
Vice Mayor Welsh Yea
Commissioner Edmond Yea
Commissioner Liebman Yea
Commissioner Harris Yea
.-.. '
/,' ((;,.~.
Sou~h'Miami CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM TI il' CITY Of PLf:ASANI UVINC
To:
FROM:
DATE:
SUBJECT:
BACKGROUND:
VENDORS &
AMOUNT:
EXPENSE:
The Honorable Mayor & Members of the City Commission
May 16,2017 Agenda Item No.: q Steven Alexander, City Manager
A Resolution authorizing the City Manager to negotiate and enter into a
contract with Dash-Door and Closer Service, Inc. for the purchase and
installation of an access control system for a new entry door at the
Gibson-Bethel Community Center's fitness room.
City staff was directed to research the installation of a new entry door
with an electronic access control system for the fitness room located at
the Gibson-Bethel Community Center. The aluminum frame door with
tempered glass is estimated at $3,410 and the access control system
costs $5,560.
Upon registration, active members will be given a smart keyfob to access
the gym. The access control system will allow members to use the fitness
room securely, without requiring staff at the desk during non-peak hours.
Furthermore, the new system would prevent minors and other
unauthorized personnel from entering the gym while staff is not present
during non-peak hours.
Competitive proposals for an electronic access control system were
sought from three (3) different sources of supply; Dash-Door and Closer
Service, Inc. was the lowest and most responsive vendor.
Please find below a breakdown of all proposals:
I
VENDORS AMOUNT i
DASH-DOOR & CLOSER SERVICE, INC. $5,560./
KNIGHT INTEGRATED SYSTEMS $6,090
I PROTECT VIDEO ELECTRONIC AND COMMUNICATIONS $6,343
Proposal amount is not to exceed $5,560 with a contingency amount of
$500 for a total amount not to exceed $6,060.
;'.... (t,··':::
Sou~h'Miami
TIlE CITY OF I'll'l\SANT LlVINC;
FUNO&
ACCOUNT:
ATTACHMENTS:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The expenditure shall be charged to the Citywide Parks Improvement,
account number 301-2020-572-6450, which has a balance of $67,222
before this request was made.
Resolution
Vendor Proposals
Sun biz -Dash-Door and Closer Service, Inc.
CONTRACT FOR ACCESS CONTROL SYSTEM AT THE GIBSON-BETHEL COMMUNITY
CENTER
THIS CONTRACT, entered into this ~ay of ~ , 20~ by the CITY OF
SOUTH MIAMI through its Manager, both of whom shall be einafter referred to as the "CITY"
where applicable; located at 6130 Sunset Drive, South Miami, FL. , E-mail:
salexander@southmiamifl.gov and Dash Door & Closer Service. Inc. with an office and principal
place of business located at 7801 NW 29the Street. Miami Fl. 33122, and E-mail address of
servile c. dt..Mdcoc.tcnl and Facsimile transmission number of 305"-"1]2-~SD~
(hereinafter called the "CONTRACTOR").
WITNESSETH:
WHEREAS, the CITY is in need of an Access Control System for a new entry door at the
Gibson-Bethel Community Center; and
WHEREAS, the CITY desires to retain CONTRACTOR to provide the required goods
and/or services based on CONTRACTOR's representations which reflect that CONTRACTOR is
qualified and capable of providing said goods and/or services in a professional and timely
manner and in accordance with the CITY's goals and requirements; and
WHEREAS, CONTRACTOR has agreed to provide the required goods and/or services in
accordance with the terms and conditions set forth herein.
NOW, THEREFORE, in consideration of the mutual covenants and agreements herein
contained, the parties agree as follows:
1) Engagement of Contractor: Based on the representations of CONTRACTOR as set
out in the following "checked" documents the CITY hereby retains CONTRACTOR to provide the
goods and/or services set forth in said proposal, quote or response to solicitation, whichever is
applicable, as modified by the Contract Documents, or as is otherwise set forth in the Contract
Documents defined below (all of which is hereinafter referred to as the Work").
(Check the box immediately preceding the document described below to indicate that such document is part of this
Contract)
[] Contractor's response to the CITY's written solicitation; or
[v] Contractor's proposal or quote, or if none,
[] As described in paragraph 2 below.
2) Contract Documents: The Contract Documents shall include this Contract and the
following "checked documents", as well as any attachments or exhibits that are made a part of
any ofthe "checked documents".
(Check the box Immediately preceding the document described below to indicate that such document is part of this
Contract)
[] General Conditions to Contract,
[] Supplementary Conditions,
[] "Other Documents" referring to in this Contract and signed by the parties,
[] Solicitation documents ("hereinafter referred to as "Bid Documents"
including any request for bid, request for proposal or similar request)
[] Scope of Services,
[] Contractor's response to the CITY's Bid Documents,
[v] Contractor's proposal or quote,
[v] CITY's Insurance & Indemnification Requirements,
[] Bonding of Employees (the term "employee", as used in this Contract, shall
include volunteers) -$1,000,000
[] Payment Bond,
[] Performance Bond,
This Contract and the General Conditions to Contract, Supplementary Conditions, the
Solicitation, Scope of Services and "Other Documents", if any are "checked documents", shall
Thomas F. Pepe 2016
07129/16
Page -1-of 4
take precedent over the response to the CITY's Bid Documents, if any, or the proposal or the
quote, if any. The "checked documents" are attached hereto and made a part hereof by
reference.
3) Date of Commencement: CONTRACTOR shall commence the performance of the
Work under this Contract on the date as set forth in the text following a checked box, [1 on
_______ or [..J 1 a ·date to be specified in a Notice to Proceed, or Purchase Order,
(hereinafter referred to as the "Work Commencement Date"), or [ 1 as set forth in the
CONTRACTOR'S proposal or quote and shall complete the performance hereunder within TBD
days or the length of time set forth in the Contract Documents, whichever is the shorter period
of time. Time is of the essence.
4) Primary Contacts: The Primary Contact Person in charge of administering this
Contract on behalf of the CITY is the City Manager ("Manager"), assistant Manager, or the
Manager's designee, who shall be deSignated in a writing signed by the Manager. The .Primary
Contact Person for CONTRACTOR and his/her contact information is as follows: Name:
}V'Ct. Curl.: e-mail: ncurc~ ~ d~5~ Joor-lb'")
Fax: 3bS-.~77.JS"'o~ Street Address: 7~O) PW a)~t"$t-~!<f"": Ft.. 83/a'>:\
5) Scope of Services: The goods and/or services to be provided are as set forth in the
"checked documents".
6) Compensation: The CONTRACTOR's compensation for CONTRACTOR's
performance under the terms and provisions of this Contract, or CONTRACTOR's payments in
the event CONTRACTOR is paying the City for the uses of the CITY's property or services,
(hereinafter referred to as the Contract Price) shall be as indicated next to one of the following
checked boxes, [ 1 $ S 5 \J Q . (JD or as set forth in [" J q)NTRACTOR's response to the CITY's
written solicitation, if any, or, if none, then as set out in [~CONTRACTOR's proposal or quote, [
1 the Scope of Services, or as set forth in, or modified by, one of the Contract Documents,
whichever is applicable.
7) Hours of Work: In the event that this Contract requires the performance of
services, it is presumed that the cost of performing the Work after regular working hours, and
on Sunday and legal holidays, is included in the Contract Price. However, nothing contained
herein shall authorize work on days and during hours that are otherwise prohibited by
ordinance unless specifically authorized or instructed in writing by the City Manager, the .
Manager's assistant or designee.
S) Time Provisions: The term of this Contract shall commence on the Work
Commencement Date and shall continueforTBD days or until it expires on TBD, or unless earlier
terminated according to the Contract Documents. Notwithstanding the foregOing, this Contract
may be extended by an additional N/A period if the extension is in writing and signed by the
City Manager. An extension of the term of this Contract is at the CITY's sole and absolute
discretion.
9) Termination: This Contract may be terminated without cause by the CITY with 30
days of advanced written notice. This provision supersedes and takes precedence over any
contrary provisions for termination contained in the Contract Docu.ments.
10) Applicable law and Venue: Florida law .shall apply to the interpretation and
enforcement ofthis Contract. Venue for all proceedings shall be in Miami-Dade County, Florida.
11) Duties and Responsibilities: CONTRACTOR shall comply with all applicable laws,
ordinances, codes, rules, regulations, and health and safety standards of any governmental
body having jurisdiction over any matter related to this Contract or the goods and/or services
to be performed hereunder, and shall commit no trespass on ahy private property in performing
any of the work embraced by this Contract. Each and every provision and/or clause required
Thomas F. Pepe 2016
07129116
Page -2 -of 4
2
by law to be inserted in this Contract shall be deemed to be inserted herein and this Contract
shall be read and enforced as though such provisions and/or clauses were included herein.
12) Change Orders: No additional Work or extras shall be done unless the same is duly
authorized in writing and in advance of the work by appropriate action by the City Manager and
in accordance with the Contract Documents.
13) Licenses and Certifications: Contractor shall secure all necessary business and
professional licenses at its sole expense prior to executing this Contract or commencing the
Work.
14) Insurance, Indemnification & Bonding: CONTRACTOR shall comply with the
insurance, indemnification and bonding requirements set forth in the Contract Documents.
15) Liquidated Damages: In the event that CONTRACTOR shall fail to complete the
Work within the time limit set forth in the Contract Documents, or the extended time limit
agreed upon, in accordance with the procedure as more particularly set forth in the Contract
Documents, liquidated damages shall be paid at the rate of $0.00 dollars per day until the Work
is completed.
16) Jury Trial Waiver: The parties waive their right to jury trial.
17) Entire Agreement, Modification, and Non-waiver: The Contract Documents
constitute the entire agreement of the parties and supersedes any prior agreements, written or
oral. The Contract Documents may not be modified or amended except in writing, signed by
both parties hereto and if this Contract is required to be approved by the City Commission, all
amendments thereto must be approved in the same manner and with the same formality as
this Contract. The Contract Documents, in general, and this paragraph, in particular, shall not
be modified or amended by any acts or omissions ofthe parties. No failure to exercise and no
delay in exercising any right, power or privilege shall operate as a waiver. No waiver of the
Contract Documents, in whole or part, including the provisions of this paragraph, may be
implied by any act or omission.
18) Public Records: CONTRACTOR and all of its sLibcontractors are required to comply
with the public records law (s.119.0701) while providing goods and/or services on behalf of the
CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its
subcontracts for this Project and shall: (a) Keep and maintain public records required by the
public agency to perform the service; (b) Upon request from the public agency's custodian of
public records, provide the public agency with a copy of the requested records or allow the
records to be inspected or copied within a reasonable time at a cost that does not exceed the
cost provided in this chapter or as otherwise provided by law; (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 for the duration of the Contract term and following
completion of the Contract if CONTRACTOR does not transfer the records to the public agency;
and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of CONTRACTOR or keep and maintain public records required by the
public agency to perform the service. If CONTRACTOR transfers all public records to the public
agency upon completion of the Contract, CONTRACTOR shall destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure
requirements. If CONTRACTOR keeps and maintains public records upon completion of the
Contract, CONTRACTOR shall meet all applicable requirements for retaining public records. All
records stored electronically must be provided to the public agency, upon request from the
public agency's custodian of public records, in a format that is compatible with the information
technology systems of the public agency.
IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
Thomas F. Pepe 2016
07129/16
Page -3 -of 4
3
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO TIDS CONTRACT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT 305-663-6340; E-mail:
mmenendez@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL
.33143.
19) Background Screening. All personnel and volunteers that will provide any service
with vulnerable persons, as defined in Section 435.02, Fla. Stat., involving the City or its
Agency in such related activity or who may have access to secure or sensitive areas of the City,
must be in compliance with Level II Background Screening arid fingerprinting requirements as
per, Florida Statute Ch. 435 prior to the scheduled start of any employee or volunteer.
CONTRACTOR shall prevent any and all of its personnel, including volunteers, from engaging in
any such related activities without having passed a background screeningto the satisfaction of
the City. A violation of this requirem~nt shall constitute a substantial breach of this Contract.
20) Drug Free Workplace. CONTRACTOR shall comply with the Drug Free Workplace
policy set forth in the City of South Miami's Personnel Manual which is made a part ofthls
Contract by reference.
21) Transfer and Assignment. None of the work or services under this Contract shall
be subcontracted or assigned without prior written consent from the CITY which may be
denied without cause.
22) Notices. All notices given or required under this Contract shall be deemed
sufficient if sent by a method that provides written evidence of delivery, including e-mail and
facsimile transmission and delivered to CONTRACTOR or his deSignated contact person.
Return of mail, sent to the !lddress contained herein for the parties or their contact persons,
as not deliverable or for failure to claim the mail shall be deemed received on the date that
the mail is returned to sender.
IN WITNESS WHEREOF, the parties, have executed this Contract, on or before the
date first above written, with full knowledge of its content and significance and intending to be
legally bound by the terms hereof.
Witnessed:
By;.,..---
Read and Approved as to Form, Language,
Legality and Execution Thereof:
Thomas F. Pcpc 2016
07129/16
Page -4 -of4
4
Dash Door & Closer Service, Inc.:
BY:/V~
6f.eve'l "" ~I/!b -C£,O
[name of signatory]
Dash Door & Closer Service Inc
7801 NW 29th Street -
Quote m DASH-
DOOR Miami. FL 33122 Quote: 6313
SNC61QG.1
Tel: (305) 477-1184 Fax: (305) 477-2502
www.dashdoor.com -
Date: 03/29/2017
To: City of S Miami
4795 SW 75th Ave
-Miami FL 33155
11872 Project:
Community Center
5800 SW 66th St
South Miami FL 33143
Attn: Jaime Adams
This quote Is valid until: 04/28/2017 Submitted By: Nicholas Curci
Quantity Unit
1.00 Ea
1.00 Ea
1.00 Ea
1.00 Ea
1.00 Ea
1.00 Ea
1.00 Ea
500.00 Ea
1.00 Ea
1.00 Ea
1.00 Ea
1.00 Ea
1.00 Ea
Description
Access Itl® Llte.NET
Intelligent single portal two reader PoE combination controller
Single Board Enclosure for SCP Family Boards
PS902 -Base Power Supply (2A@ 12/24 VDC field selectable)
8 Fuse Protected Outputs
Electric Strike -4200-32D -1-1/16" Backset Strike w/4 faceplates inci
aptlQ1M Contactless Smart Card Reader -Mini-Mullion Mount
aptiQ1M MIFARE Smart 1 K bit Keyfob (minimum is 50)
PIR-Passive Infrared Sensor
Digital Receiver 900MHz
Digital Transmitter 900MHz 1 Button
Low Voltage Cables
Labor / installation
We propose to furnish and install items listed for access control of entry door to gym. System will have a wireless trans miller for
remote release of door for receptionist. Parts listed have a one year warranty from date of installation and will take 5-10 days 10
receive from factory.
Terms: 50% due upon approval, balance NET 30 days upon complellon
Note:: Cost of key chain FOBs listed are $4.25 each. Software listed is entry level software and running of reports I database
auditing is limited. Software can be upgraded in the future if needed.
Please date and sign your acceptance below.
Date: Order No.:
Signalure
Print Name ---------------------------------------
Print Tille
Page'
5
Subtotat
Sales Tax
Quote Totat -
$5,560.00
$0.00
$5,660.00
t 3rvice Quote
. Continued ...
Quantity Unit
Dash Door & Closer Service Inc
Description
Add alternate 1: Access It Universal.NET With USB license Key, add $595.00 to total amount.
Assumptions I Qualifications
1) Computer to host software must meet software system requirements (No virtual machines)
2) Customer is responsible for regular backing up and maintenance to software database
3) Programming of door sequence antllnlllal software set up Is included
4) CAT5 cabling from network to access control panel(s) will be done by others
Quote: 6313
Date: 03/29/2017
5) Adequate space or room location must be provided by customer for access control panel(s) and power supply(s)
6) All 120VAC circuits to power hardware will be provided
7) All work I delivery hours shall be regular time I standard daytime labor
B) Excludes' patching I painting of walls ·and ceilings after installation If requIred
9) Excludes Plans & Permits
10) Protection of malerlals after Installation (Dash Door shall not be responsible for damage to material after Installation)
11) Excludes scope not specifically noted
Page 2of2
6
Phone (S61) 689·3500
Fall (S61) 689:2876 .
City of South Miami
5800 SW 66 th Street
South Miami, Fl. 33143
Attn: Jaime J. Adams
1t{nigbt 3lntegrateb ~p5tem£t
2610 Old Okeechobee Road
W.I'. B.,fl33409
ECOOO0l18
Re: Fitness Center Door Add
Deal' Jaime,
Jeffrey B. Knlsht
John A. Lowen
The following is a proposal to provide labor and material necessary to perform our scope of the work at the above
referenced location:
1) Supply and Install (1) FSlRE-Plus Access IT Lite.Net (includes software. EP1501 single.door two reader
board, 1 small metal enclosure with 1 amp power supply, transformer and battery
2) Supply and Install (J) MTIIBLK-QS Multi-technology mullion mount reader
3) Supply and Install (1) T Rex -LT Request to exit sensor
4) Supply and Install (1) Altronix ACM8E Power supply
5) Supply and Install (1) Trine 4200 series electric strike, cylindrical lock, with faceplate
6) Supply and Install (500) 9651 1 KbytJ8k bit memory key fob
7) Supply and Install (2) 7ab, 12VDC batteries (lock power supply)
8) Provide and Install (1) DXR-70 1 Linear single channel wireless receiver
9) Provide and Install (1) DXT-21 Lineal' single button transmitter
10) Supply and Install all needed cabling and installation labor
Note: PC to run RS2 software NOT included in above pricing. All parts priced up as per email parts list from
Jaime Adams dated 4-25-17. The above parts DO NOT include the PS902 as listed in email. That power supply is
for an electrified panic device and is not needed,
120VAC needed for equipment room and is not included
The price for the above work is: $6,090.00
Terms & Exclusions:
1) All cutting, patching and firesafing ofratcd drywall, plaster and concrete are not included in this proposal.
2) An electrical permit and associated engineering is not Included in this proposal. .
3) The above scope of work is proposed as being performed during normal business hours (Monday through Friday, 7:00am
to 5:00pm).
4) Our payment terms are net 30 days with the following billing schedule:
1. Deposit/Mobilization of50% due upon acceptance of proposal.
2. Progress billing of additional 40% upon substantial completion.
3. Final billing of remaining 10% plus any change orders upon completion.
4. Florida sales taK not included
This price is valid for a period ~f thirty (30) days from the date of this proposal. Please advise if we are to proceed with this
work. Thank you for the opportunity to bid this job. If you have any questions or need additional information, please do not
hesitate to contact me.
Sincerely.
John A. Paster
QUALITY WORK CONSTRUCTION MAINTENANCE REPAIRS
7
Knight Integrated Systems
• • 1II_ .. IlWIU)'roliploa.,; ........ "_ .. IOWt .. _~.' ..... nr.a,." .... U .. _cd .. ,_ .... GJc_pIII7"'._ ....... ,...,~facII>IIoa'_ ............. ""..,.~,....odIop.
1 .... PlY 10 1IdJ .... 1MtN frlMUWV ~ 10 lhaadla __ Wllt,.,dfcrI af Ih' CIIUIbofth'St& .. crAwlIll ...... till WAUlel til, "1I".IlI,al#l ...... eoWl'V','ltIID. Ellt.,..., 'I""~' tilt """'&t •• ,.,&htMllllllIi
__ /II ..... r' ......... c.r"""'II>III .. , .... _~n .... _.oI .. ''''' ....... _IIPIId .... IO' .. "'''.IIYIIIIII.''''_ ... , ..... r,. .... ' ..... dl ...... ""' .... I ... _' ............. .,d ......... '
"'tlllltlul .. rommo:,.fwI" .... lhe,..dllllillUyWlfvt •• V'dIItct .... lo ... ,on:m ••• ., ",O"W""I "''''''''fIOftoWWtIIf''''lfOVNl.. .
QUAUTYWORK CONSTRUCTION MAINTENANCE REPAIRS
8
3483 High Ridge Rd
Boynton Beach, FL 33426
Att: James Adams
City of South Miami
Rc: RS2 AccessIt Access Control Quote
FL Llcensell EC13006713
Telephone 561-622-5880
April 25. 2017
1-2 Portal 2 reader System @$1662.00
(Includes EP-1502 Controller, Access!t Lite.NET, enclosure and Power Supply)
500 -AptoQ MiFare Smalt KeyFobs @ $6.08 each = $3040.00
I -Schlage PS902 2Amp Power Supply @ $189.00
1-8 Fused Output Board @ $65.00
1 -Honeywell IS31 0-WH Request-to-Exit Motion @ $1-39.00
1-HES 4200 320 Electric Strike @$239.00
I -Linear 900Mhz Wireless Transmitter/Receiver to release Door @ $159.00
Installation/Materials/Programming @ $850.00
Total = $6343.00
Note: Sales Tax and Permit Fee not included ifrequired.
Sincerely,
Shad DiMaria,
Protect Video, Inc'
Slale Eleclrical Contraclor
Vendor Certification for County. Slale and US Government.
Woman Owned WMBE Business
9
INSURANCE & INDEMNIFICATION REQUIREMENTS
CONTRACT FOR ACCESS CONTROL SYSTEM AT THE GIBSON-BETHEL COMMUNITY
CENTER
Insurance Requirements
Without limiting its liability. the contractor. consultant or consulting firm (hereinafter referred
to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to
procure and maintain at its own expense during the life of the Contract. insurance of the types
and in the minimum amounts stated below as will protect the FIRM. from claims which may
arise out of or result from the contract or the performance of the contract with the City of
South Miami. whether such claim is against the FIRM or any sub-contractor. or by anyone
directly or indirectly employed by any of them or by anyone for whose acts any of them may
be liable.
No insurance required by the CITY shall be issued or written by a surplus lines carrier unless
authorized in writing by the CITY and such authorization shall be at the CITY's sole and
absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance
with a company or companies lawfully authorized to sell insurance in the State of Florida. on
forms approved by the State of Florida. as will protect the FIRM. at a minimum. from all claims
as set forth below which may arise out of or result from the FIRM's operations under the
Contract and for which the FIRM may be legally liable. whether such operations be by the
FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or
by anyone for whose acts any of them may be liable: (a) claims under workers' compensation.
disability benefit and other similar employee benefit acts which are applicable to the Work to
be performed; (b) claims for damages because of bodily injury. occupational sickness or
disease. or death of the FIRM's employees; (c) claims for damages because of bodily injury.
sickness or disease. or death of any person other than the FIRM's employees; (d) claims for
damages insured by usual personal injury liability coverage; (e) claims for damages. other than
to the Work itself. because of injury to or destruction of tangible property. including loss of
use resulting there from; (f) claims for damages because of bodily injury. death of a person or
property damage arising out of ownership. maintenance or use of a motor vehicle; (g) claims
for bodily injury or property damage arising out of completed operations; and (h) claims
involving contractual liability insurance applicable to the FIRM's obligations under the Contract.
Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until
all the Work to be performed under this Contract has been completed and accepted by CITY
(or for such duration as is otherwise specified hereinafter). the insurance coverage written on
Florida approved forms and as set forth below:
Workers' Compensation insurance at the statutory amount as to all employees in
compliance with the "Workers' Compensation Law" of the State of Florida including Chapter
440. Florida Statutes. as presently written or hereafter amended. and all applicable federal
10
laws. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage
amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate
levels of Worker's Compensation Insurance.
Commercial Comprehensive General Liability insurance with broad form endorsement,
as well as automobile liability, completed operation-s and products liability, contractual liability,
severability of interest with cross liability provision, and personal injury and property damage
liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000
aggregate, including:
• Personal Injury: $1,000,000;
• Medical Insurance: $5,000 per person;
• Property Damage: $500,000 each occurrence;
Umbrella Commercial Comprehensive General Liability insurance shall be written on
a Florida approved form with the same coverage as the primary insurance policy but in the
amount of $1,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded
on a form no more restrictive than the latest edition of the Comprehensive General Liability
policy, without restrictive endorsements, as filed by the Insurance Services Office, and must
include:
(a) Premises and Operation
(b) Independent Contractors
(c) Products and/or Completed Operations Hazard
(d) Explosion, Collapse and Underground Hazard Coverage
(e) Broad Form Property Damage .
(f) Broad Form Contractual Coverage applicable to this specific Contract, including any
hold harmless and/or indemnification agreement.
(g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with
minimum limits of coverage equal to those required for Bodily Injury Liability and Property
Damage Liability.
Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00)
plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined
single limit for Bodily Injury liability and Property Damage liability. Umbrella coverage must
be afforded on a form no more restrictive than the latest edition of the Business Automobile
Liability policy, without restrictive endorsements, as filed by with the state of Florida, and must
include:
(a) Owned Vehicles.
(b) Hired and Non-Owned Vehicles
(c) Employers' Non-Ownership
Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract
shall contain the same insurance prOVision as set forth in these insurance and indemnification requirements, other
than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM
where applicable.
Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE:
II
In the event that this contract involves the construction of a structure, the CONTRACTOR
shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY,
"Broad" form/All Risk Insurance on buildings and structures, including Vandalism & Malicious
Mischief coverage, while in the course of construction, including foundations, additions,
attachments and all permanent fixtures belonging to and constituting a part of said buildings or
structures. The policy or policies shall also cover machinery, if the cost of machinery is
included in the Contract, or if the machinery is located in a building that is being renovated by
. reason of this contract. The amount of insurance must, at all times, be at least equal to the
replacement and actual cash value of the insured property. The policy shall be in the name of
the CITY and the CONTRACTOR, as their interest may appear, and shall also cover the
interests of all Subcontractors performing Work.
All of the provisions set forth in the Miscellaneous section below shall apply to this coverage
unless it would be clearly not applicable.
Miscellaneous:
If any notice of cancellation of insurance or change in coverage is issued by the insurance
company or should any insurance have an expiration date that will occur during the period of
this contract, the FIRM shall be responsible for securing other acceptable insurance prior to
such cancellation, change, or expiration so as to provide continuous coverage as specified in
this section and so as to maintain coverage during the life of this Contract.
All deductibles must be declared by the FIRM and must be approved by the CITY. At the
option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM
shall procure a Bond, in a form satisfactory to the CITY ·covering the same.
The policies shall contain waiver of subrogation against CITY where applicable, shall expressly
provide that such policy or policies are primary over any other collectible insurance that CITY
may have. The CITY reserves the right at any time to request a copy of the required policies
for review. All policies shall contain a "severability of interest" or "cross liability" clause
without obligation for premium payment of the CITY as well as contractual liability provision
covering the Contractors duty to indemnify the City as provided in this Agreement.
Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT, if any,
certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is
issued, the insurance policy, including the declaration page and all applicable endorsements and
provide the name, address and telephone number of the insurance agent or broker through
whom the policy was obtained. The insurer shall be rated A.VII or better per A.M. Best's Key
Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All
insurance policies must be written on forms approved by the State of Florida and they must
remain in full force and effect for the duration of the contract period with the CITY. The FIRM
may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy
(as defined in Article I of this document) which shall include the declaration page and all
required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the
insurance certificate, the following endorsements:
12
a policy provision or an endorsement with substantially similar provisions as follows:
"The City of South Miami is an additional insured. The insurer shall pay all sums that
the City of South Miami becomes legally obligated to pay'as damages because of 'bodily
injury". 'property damage' • or "personal and advertising injury" and it will provide to
the City all of the coverage that is typically provided under the standard Florida
approved forms for commercial general liability coverage A and coverage Bit;
a poi icy provision or an endorsement with substantially similar provisions as follows:
"This policy shall not be cancelled (including cancellation for non-payment of premium).
terminated or materially modified without first giving the City of South Miami ten (I 0)
days advanced written notice of the intent to materially modify the policy or to cancel
or terminate the policy for any reason. The notification shall be delivered to the City
by certified mail, with proof of delivery to the City."
Indemnification Requirement
A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or
harm which might arise during the work or event that is occurring on the CITY's property due
to the negligence or other fault of the Contractor or anyone acting through or on behalf of
the Contractor,
B. The Contractor shall indemnify, defend. save and hold CITY. its officers. affiliates.
employees. successors and assigns, harmless from any and all damages, claims, liability. losses.
claims. demands, suits. fines, judgments or cost and expenses. including reasonable attorney's
fees. paralegal fees and investigative costs incidental there to and incurred prior to. during or
following any litigation. mediation. arbitration and at all appellate levels, which may be suffered
by, or accrued against. charged to or recoverable from the City of South Miami. its officers.
affiliates. employees. successors and assigns, by reason of any causes of actions or claim of any
kind or nature, including claims for injury to. or death of any person or persons and for the
loss or damage to any property arising out of a negligent error. omission, misconduct. or any
gross negligence. intentional act or harmful conduct of the Contractor. its
contractor/subcontractor or any of their officers. directors. agents, ·representatives,
employees. or assigns, or anyone acting through or on behalf of any of them. arising out of this
Agreement. incident to it, or resulting from the performance or non-performance of the
Contractor's obligations under this AGREEMENT.
C. The Contractor shall pay all claims. losses and expenses of any kind or nature
whatsoever. in connection therewith. including the expense or loss of the CITY and/or its
affected officers, affiliates. employees. successors and assigns. including their attorney's fees. in
the defense of any action in law or equity brought against them and arising from the negligent
error, omission. or act of the Contractor. its Sub-Contractor or any of their agents.
representatives, employees. or assigns, and/or arising out of. or incident to, this Agreement. or
incident to or resulting from the performance or non-performance of the Contractor's
obligations under this AGREEMENT.
D. The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates,
employees. successors and assigns shall be held liable or responsible for any claims. including
the costs and expenses of defending such claims which may result from or arise out of actions
13
or omissions of the Contractor, its contractor/subcontractor or any of their agents,
representatives, employees, or assigns, or anyone acting through or on behalf of the them, and
arising out of or concerning the work or event that is occurring on the CITY's property. In
reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way
assumes or shares responsibility or liability for the acts or omissions of the Contractor, its
contractor/subcontractor or any of their agents, representatives, employees, or assigns,or
anyone acting through or on behalf of them.
E. The Contractor has the duty to provide a defense with an attorney or law firm
approved by the City of South Miami, which approval will not be unreasonably withheld.
F. However, as to design professional contracts, and pursuant to Section 725.08 (I),
Florida Statutes, none of the provisions set forth herein above that are in conflict with this
subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the
design professional concerning indemnification. Thus, the design professional's obligations as
to the City and its agencies, as well as to its officers and employees, is to indemnify and hold
them harmless from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or
intentionally wrongful conduct of the design professional and other persons employed or
utilized by the design professional in the performance of the contract.
14
, ,r , ! .;.[: J , ,;/
( , I r ' I J 1.1 ( I : i , . ' ',1' ,I ! ,", , 'j' .. ' .J I ..... f j' I
,~;,,~':".:'.;:i'i'~":"·~?..::...""'.:".$':':":'~'''":''';~' ,'.' .,·f: .... ! '."" ; .. ;,: :"
Detail by Entity Name
Florida Profit Corporation
DASH-DOOR & CLOSER SERVICE, INC.
Filing Information
Document Number
FEIIEIN Number
Date Filed
State
Status
Principal Address
7801 NW 29TH ST
MIAMI, FL 33122
Changed: 03/19/1993
Mailing Address
7801 NW 29TH ST
MIAMI, FL 33122
Changed: 03/19/1993
184179
59-0746464
03/28/1955
FL
ACTIVE
Registered Agent Name & Address
HUSS, LOUIS DESQUIRE
7300 N. KENDALL DRIVE #380
MIAMI, FL 33156
Name Changed: 04/02/2009
Address Changed: 04/0212009 .
OfficerlDirector Detail
Name & Address
TitieP
STEINER, JEFFREY
10480 S. W. 140TH ROAD
MIAMI, FL 33176
TilleVP
LlZASO, JUAN
DtvlSleJI'I en: COHPORATIONS
5359 SW 150 TERR
MIRIMAR, FL 33027
Title CEO, S
SANKO, STEVEN V
7930 S.w. 152ND TERR
MIAMI. FL 33157
Annual Reports
Report Year
2015
2016
2017
Document Images
Filed Date
03/17/2015
04/13/2016
01/09/2017'
u·l/oQ&.Q1?~::.1I.~!.l8b.Jmj'1[{[ r--Vi~;;;;~~I;;;j~ f;oF-i~;;;;;;i---]
Q1l:!;l1~Jl:H\' =.~N!:!,\,IAU~f.I.~QgT ~VJ i"':Joe il;' PDf' rorm~I'-:J
Q.3tLl1ggjrL::[iliJ~!J.l8!'Jll]~.lBI CV;;'"., imago in PDF 1~lIn;'1 --j
f!J1!l:Z!'?Q.1L-,N~!:!!.l!lJ..HH)Qi.n: Lv/elY imAg!' i~ [-'Dr-form"I" l
!)JJ(,;}f?'Q1~,:-'iliN!)-'1U~fi:eD!n ~w ImagrJ in PDF form.1 ---I
1.w.1§l?'Q.12.",_~N..N.,l1.~kll[;}!.QBI I Vi"w imall" in PDF fOfITml _~
!)~/QYi!Q.1,L"·:.h!-t~~!!j'-J3J;!!~1B.T [ .. View i;1'I<'9(' in PDf· formal --I
!l~Q.1n(n!Jn:' .i\N-.Nli()U~E:P.QlU C \limy image'ill PDF form~
lM!Q~mlQJ1 .. ::.l\bllilJ-')l·_m:eQ!3.T r-' V;;" imalic ie. PD1'~Or!l\:i:=J
.ll.l!Ll:W-Q91I.:.:M-!.N.IJAL!1FJ'.QElI I' Viu~ irna.\I~ ,n PDF forn:; .. 1 '-']
ilZll·EL:?'QQJ .:.:l~N.Jl!.~!8!..m;;e9Bl. C V,ew image '" PI); formiQ
!12/OYl£Q9I!..::.A!'IN\lt~b.!1t;;.r,m]l CYo,~ iln!'9;ill PDF i~nn"t 'I
9.:U:4W~JJIy.::-'.\!~.~Jl8LB.W'QRT C View hllElgO in PDF fOrll1~l=:J
Q.1JJ,!!L:{Q!l:!.:.:..lINNll8t RE£PRT [ Vmw image in PDf' fo~';;1 '-I
Q4!07lk.O..Q.,1:::;,(t.J.\I1'~J1.I\I"Bf.;!~QHI ~~w imugu in PDf' t{lrma! J
1J.!.1.!lI2.Q9.?:~J:l!'l£I._M~J:LU;'hi!.o.(m~~ew i'~;J!le 10 PDF fororwi J
~.I1191L@JlL:.,.r.,N!)!\,J.!"!!,.Bi:;[~Q!3I C' V,ew 1; .. r1ge i~ PDF fNm:Q
11.~lQ1L<QQJ. " N-ilil1IiL!3!iEnlrr: [ View inlllge ill PDF fOll",,1 'J
Q2.!.1..~.l?Jl!iP,c:,N~NW\!, m::I.'QFU I View image ill PDF iOfmQ
!l;I1Q.1!.1f!!lQ .. ;;,E.lN!)!!iAUiQ>Sm ~" i!IM\le in PDF fo;'llal'-::J
!J.~lZQ!J.Qfl!l·".L-\.~.i~JJ!:\'.B;;:l:~W.!I [-v~~w ilTllI\le ;~'-PI)r-!Or"'~I' 1
Q.;l!;J~J,Uml. :::·.!:\I.~Nj).L\I~!.l.fE)JTI, LVia", im8ge in F'DF !o;'~;ill "'I
!),3121j.1l!Q.() .. ,c}.\M.I'!l..Y8l...ru;!~J)[tI [ View illl~!Je in ,'Df fo"n~
{!.;l!.j(1J.1.QJ!~L:::.AI'!.~!'U:~.bl~a?'QliI [ View illl<l(lC in PDF formal]