Loading...
HomeMy Public PortalAbout13-8644 Piggy Back in Hialeah Housing Authority Bid Sponsored by: City Manager Resolution No. 13-8644 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH HOMELAND PATROL CORPORATION,TO PIGGYBACK ON AN EXISTING CONTRACT BETWEEN HIALEAH HOUSING AUTHORITY BID# 01-NC-23-13 AND HOMELAND PATROL CORPORATION, FOR SECURITY SERVICES AT SHERBONDY PARK COMMUNITY CENTER AT A RATE NOT EXCEEDING $11.70 PER HOUR, PAYABLE FROM ACCOUNT NUMBER 72--572340; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, as of July 31, 2013, the City's current security service will no longer provide security services; and WHEREAS, the City has researched four (4) Agencies with security service agreements: 1) Hialeah Housing Authority -(Homeland Patrol), 2) Miami-Dade County— Transit Department (Security Alliance), 3) Miami-Dade County—Transit Department (50 State Security Services,Inc.),and 4)Miami Dade County Internal Service&Water&Sewer Dept. —(Allied Barton Security Services); and WHEREAS, the City determined that Homeland Patrol Corporation's agreement with Hialeah Housing Authority most represented the security need for the City of Opa-locka at the most economical rate; and WHEREAS, the City desires to piggyback on an existing agreement between the Hialeah Housing Authority and Homeland Patrol Security for security services for Sherbondy Park Community Center. Resolution No. 13-8644 NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby authorizes the City Manager to piggyback on an existing agreement between the Hialeah Housing Authority and Homeland Patrol Corp, to negotiate an agreement between the City of Opa-locka and Homeland Patrol Corp for security services for Sherbondy Park Community Center,at a rate not exceeding $11.70 per hour, payable from account number 72-572340. Session 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 24th day of July, 2013. 691„.„4,----, MY TAYLOR MAYOR Attest to: 4,1.._`JA1i 1 J..nna Flores C ty Clerk Approved as to f rm and legal suffi 'ency: J. 1,1_ , 1 �._. Josh,-TG er -� G'a ENSP( ON MARDER PA C f Attorney Resolution No. 13-8644 Moved by: COMMISSIONER SANTIAGO Seconded by: COMMISSIONER HOLMES Commission Vote: 3-2 Commissioner Holmes: YES Commissioner Johnson: NO Commissioner Santiago: YES Vice-Mayor Kelley: NO Mayor Taylor: YES t-t.00;,4 C/it, r/ �F L l� gforickt oa°aAnst Memorandum TO: Mayor Myra L. Taylor Vice-Mayor Joseph L. Kelley Commissioner imothy =o ji es Commissioner 1 i rothy 'o i 7 s i Commissioner L is B. ' t FROM: Kelvin Baker, Sr. , City Manag DATE: July 18, 2013 RE: Resolution: Sherbondy Park Security Services Request: A RESOLUTION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO PIGGYBACK ON THE HIALEAH HOUSING AUTHORITY BID#01-NC-23-13 AND ENTER INTO AN AGREEMENT WITH HOMELAND PATROL CORPORATION FOR SECURITY SERVICES AT THE SHERBONDY PARK COMMUNITY CENTER AT A RATE NOT TO EXCEED $12.50 PER HOUR, PAYABLE FROM ACCOUNT NUMBER 72-572340 (BUDGETED). Description: The City's current security provider will no longer provide services as on July 31, 2013. The City researched recently executed security service agreements with surrounding municipalities. Homeland Patrol Corporation's agreement with the Hialeah Housing Authority most represented what was needed in the City of Opa-locka and the hourly rate is the most economical and similar to what the City was paying previously. The City's agreement with Wright Guard Security Service ends July 31, 2013. In order to eliminate any delay in services, the City researched existing service agreements with surrounding municipalities. The following agreements were uncovered: Agency Vendor Amount Hialeah Housing Authority Homeland Patrol Corp $11.70 per hour Miami Dade County—Transit Department Security Alliance $21.66 per hour+ Miami Dade County—Transit Department 50 State Security Service, Inc $27.94 per hour+ Miami Dade County — Internal Service and Allied Barton Security Services $19.23 per hour+ Water and Sewer Departments Sponsored by: City Manager RESOLUTION NO. 13-8636 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO MAKE PAYMENT TO WRIGHT GUARD SECURITY SERVICES, INC., FOR PAST DUE FEES OWED FROM MARCH 2013 THROUGH JUNE 2013,IN THE AMOUNT OF $18,375.00, WITH CONTINUATION OF WRIGHT GUARD SECURITY SERVICES UNTIL JULY 30, 2013. THIS IS A BUDGETED ITEM, PAYABLE FROM ACCOUNT NUMBER 75- 572340; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, in January 2012, the City of Opa-locka secured the services of Wright Guard Security Services, Inc., for security services for Sherbondy Park Community Center,on a month-to-month basis; and WHEREAS, payment was made to Wright Guard Security Services through February 2013; and WHEREAS, the City owes Wright Guard Security for services rendered for the months of March,April, May and June of 2013; and WHEREAS, the City is now obtaining new quotes for comparable services, but to avoid interruption, it is recommended that Wright Guard continue services until the end of July. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA,FLORIDA: Section 1. The recitals to the preamble are hereby incorporated by reference. Section 2. The City Commission of the City of Opa-locka, Florida, hereby directs and authorizes the City Manager to make payment to Wright Guard Security Services, Inc., in the amount of $18,375.00, for services rendered for the months of BID# 01-NC-23-13 1111A Hialeah Rousing Authority Non-Construction _ CONTRACT 70 EAST 2111 STREET•HIALEAH,FLOffiDA 33010 OM 888-9744•TDD 887-2525•FAX 887.8238 Security Guard Services AGRFEN FNT This Agreement is made this 1 day of March 2013 by and between Homeland, Patrol Corporation hereinafter referred to as the ("Contractor") and the Hialeah Housing Authority ("Authority"). RECITAL Wherefore,the Contractor wishes to be hired by the Authority and Authority wishes to hire Contractor under the terms and conditions set forth in this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained in this Agreement,the Authority and Contractor agree as follows: 1. Term: This Agreement unless terminated as provided for in Section 6 of this Agreement shall be for a term of 365 CALENDAR DAYS, effective date March 1, 2013. 2. Compensation: Contractor shall be paid according to Bid #01-NC-23-13 as follows: Public Housing,Affordable Housing,Palm Centre and Patterson Pavillion With Golf Cart: $ 9.60/Hour With Patrol Car: $ 11.70 /Hour Ten (10) days prior to the date established for each payment, Contractor shall submit written invoices with the necessary back up to the Authority indicating the amount of the payment. The Authority shall have thirty (30) days from submittal of the invoice to make the payment. Subject to Section 5 of this Agreement, in the event contractor subcontracts a portion of the work for which payment is sought, the invoice submitted by Contractor shall be accompanied by releases from those sub-contractors. Releases from the Contractor shall also be submitted for all partial payments. 3. Contractor's Obligations: The Contractor shall have the following obligations: 3.1 In addition to the above obligations, Contractor shall have those obligations outlined in any of the Authority's proposals/bids concerning this Agreement. 3.2 All of Contractor's obligations shall be performed in a timely, professional and business like manner in compliance with all applicable laws and the rules and regulations of the Authority. 03/06 Page 1 of 5 NCCA-03 BID# 01-NC-23-13 HHa Hialeah Housing Authority Non-Construction in CONTRACT magirt 70 EAST 711 STREET•HIALEAH,FLORIDA 33010 (305)888-9744•TDD887-2525•FAX 887.8738 Security Guard Services 4. Permits' Licenses and Fees: Prior to commencement of performance, Contractor at its sole cost and expense shall obtain and keep in good standing throughout the term of this Agreement all the necessary permits, licenses and pay all regulatory fees required by all governmental agencies in connection with Contractor's obligations in this Agreement. 5. Assignment/Subcontracts: Contractor shall not assign or transfer this Agreement. In the event Contractor needs to employ subcontractors to perform Contractor's obligations under this Agreement, Contractor prior to employing subcontractor shall obtain the Authority's written approval. Said approval, to be determined at the Authority's sole and absolute discretion. All agreements between Contractor and approved subcontractors shall contain a provision that the subcontractor agrees to comply with all of the terms and conditions of this Agreement. 6. Termination: Notwithstanding any provisions to the contrary contained in this Agreement or any of the documents incorporated in this Agreement by reference, Authority shall have the right to terminate this Agreement with thirty (30) days prior written notice to Contractor at which time this Agreement shall become null and void. 7. Indemnification: The Contractor agrees to indemnify the Authority for any damages or costs which the Authority incurs in defending or responding to any claim asserted against the Authority as a result of the acts, omissions, failures or negligence of the Contractor, including, but not limited to, attorney's fees at both the trial appellate levels. 8. Insurance: At all times during this Agreement, Contractor at its sole cost and expense shall obtain and maintain in full force and effect throughout the term of this Agreement the following; 8.1 The Contractor shall provide evidence to the Authority that it has obtained general liability insurance in the amount of $500,000.00 naming the Authority as an additional insured. Coverage under the aforementioned policy shall extend to any and all damages caused by any act, omission, failure or negligence of the contractor, regardless of the nature of said act, omission, failure or negligence. The Authority reserves the right to inspect the insurance coverage obtained by the contractor and withdraw the award of the contract if, in the Authority's sole discretion, the insurance coverage procured is insufficient to satisfy the needs of the Authority. 8.2 Workers' compensation coverage as required by law. 8.3 Professional liability insurance in the amount of N/A. 03/06 Page 2 of 5 NCCA-03 BID# 01-NC-23-13 Non-Construction HHA Hialeah Rousing Authority CONTRACT ,Q TO EAST 70.STREET•HIALEA1.FLORIDA 33010 Security Guard Services (308)888-9744•TDD 897-2525•FAX 887.8736 12.2 The waiver by either party of a breach of any provision of this Agreement by the other shall not operate or be construed as a waiver of any subsequent breach by that party. 12.3 This agreement contains the entire agreement of the parties. It may not be changed orally, but only an agreement in writing signed by the parties hereto. 12.4 Florida law shall govern this Agreement and any litigation that may arise from this agreement shall be filed and litigated in Dade County, Florida. 12.5 If any legal action is brought for the enforcement of any of the provisions of this Agreement, the prevailing party shall be entitled to recover reasonable attorney's fees and paralegal costs (including appellate proceedings) incurred in bringing such action. 13. Notice: Notices pursuant to this Agreement shall be given by certified mail through United States Postal Service delivery or by hand delivery, addressed as follows: AUTHORITY: Julio Ponce Executive Director Hialeah Housing Authority 75 East 6th Street Hialeah, Florida 33010 with copy to Authority's attorney: Law Offices Citrin& Walker 300 71 St Street Suite# 300 Miami Beach, Fl 33114 (305) 861-0999 CONTRACTOR: Company Name: Homeland Patrol Corporation Address: 820 East 41 Street#201 Hialeah,Fl 33013 Phone#: (786) 556-5441 03/06 Page 4 of 5 NCCA-03 BID# 01-NC-23-13 1'11'�A Hialeah Housing Authority Non-Construction _ CONTRACT _ 70 EAST 7th STREET•HIALEAH,FLORIDA 33010 Security Guard Services (305)888-9744•TDD 887-2525•FAX 887.8738 IN WITNESS WHEREOF, the Hialeah Housing Authority and Homeland Patrol Corporation have caused this Agreement to be signed and executed, in duplicate the day and year first written above. HIALEAH HOUSING AUTHORITY BY ITS BOARD OF COMMISSIONERS / JULIO PONCE,EXECUTIVE DIRECTOR DATE: CV a Se l, ' /3 CONTRACTOR: HOMELAND SECURITY CORPORATION BY: 1 L MIRTHA CORDERO, PRESIDENT DATE: 03/06 Page 5 of 5 NCCA-03 • HOMELAND PATROL CORPORATION 3600 S. State Road 7 #260 Miramar, Florida 33023 Tel:954-961-0064 Fax:954-961-0460 SECURITY AGREEMENT Agreement made this day of , between Homeland Patrol Corporation hereinafter called the contractor and CLIENT: CITY OF OPA-LOCKA Whereas the contractor maintains security service for the protection and property and whereas,the client desires the contractor to supply such security service,now therefore,the client and the contractor mutually agree as follow. 1. Security guard personnel shall perform all duties in accord with written instructions as agreed upon the client and the contractor which shall be set force in schedule"A",attached hereto and made a part of this agreement. 2. Such guard shall be employees of the contractor and the contractor shall pay all salaries,and all Social Security taxes,Federal and State Unemployment insurance and any similar taxes relating to such employees. 3. The contractor will furnish property equipped with uniformed guards to perform security service at both the client's installation located at: 780 Fisherman Street, 4th Floor Opa-Locka, Fl 33054 4. The contractors agree that the security service covered by this agreement will perform according to the accepted security practices and standards.The contractor further agrees that upon request by the client, it will reassign any of its employees who in the opinion of the client are not satisfactory. 5. The contractor shall be responsible for the direct supervision of the guards through its design representative at the premises to which this agreement relates and such representative will in turn,be available at all reasonable time o report to and confer with the designated agent(s)of the client with respect to services,manager or owner. 6. The contractor agrees to furnish and keep and keep in full force and effect during the term of this agreement the following insurance: As required by the laws of the state in which the work is o be performed;General Liability with a minimum limit of$1,000,000 per occurrence for Bodily Injury and Property Damage;Personal Liability covering the risk of false arrest,false imprisonment,malicious prosecution,defamation of character,libel or slander caused by acts of the contractor's employees. 7. The parties agree that neither party shall hire or employ any present or former employee of the other party without written consent of the other party during the time that this agreement is in effect and for a period of one(1)year after the expiration of this agreement. 8. The parties affirm that this agreement contains their agreement there are no oral agreements. 9. In the event that minimum wage rates increased by any federal, state or municipal legislation enacted during the term of this agreement,said rates shall be subject to be increased by the same percentage increase that minimum wage is raised shall become effective on the effective date of the increase in minimum wages. 10. The contractor shall furnish uniformed unarmed guards at a rate of$ 12.50 per Hour. 11. If during the period of the agreement the contractor makes a security survey and includes his recommendation to the client for improvement of security conditions,the client shall review all reasonable recommendations and advise of the contractor in writing of his reason for declining to make the change in accordance with such recommendations. 12.The client agrees that claims for damages arising out of the negligence of the Contractor or its duly authorized agents shall not be deducted from and invoice presented for payment. hi accordance with business practice,such claims shall be referred to and processed by the contractor's designated liability insurance carrier. The client will not be responsible for the negligent acts of the contractor or its employees. 13. In the event that the contractor charge for services hereunder is not paid within 15 days from the date of invoice then in that event the client shall in addition to the invoice amount be responsible for interest on the amount due at the highest legal rate together with the costs of collection including reasonable attorney fees and costs and further contractor shall not be required to provide any security guards. 14. The terms of this agreement shall commence on - . It is agreed that this Service Agreement will continue for a period of one(1)years.This service Agreement will automatically renew for successive periods of equal duration unless either party notifies the other in writing not less than 30 days prior to the expiration of the term,by certified mail. Unsatisfactory payment pattern by Client shall constitute good cause and service at option may be terminated without penalty.The client may terminate contract within 30 day written notice without penalty In witness whereof,the parties hereto have executed this agreement the day and year first above written. BY: Homeland Patrol Corporation Printed Name: BY: City of Opa-Locka Printed Name: CONTRACT AWARD SHEET ATTACHMENT BID NO • 8724-2/11-2 BPO'S• ABCW1300061 (PPIA) ABCW1300059 (50 State) TITLE: Security Guard Services for Miami-Dade Transit CONTRACT PERIOD. 10/25/12— 10/24/13 MEASURES: This contract includes participation provisions for Miami-Dade County certified Small Business Enterprises (SBE's): • Group I —>SBE Set-Aside (Group I was designated for competition among certified SBE's only) • Group II —> 14%SBE Subcontractor Goal (14%of the value of • Group II shall be subcontracted to certified SBE's to perform a commercially useful function). UAP: The contract includes the 2% User Access Program Provision. The program discount must be collected for all applicable purchases, except as exempted by official policy or legislation. SR. PROCUREMENT AGENT: Aylin Borrego. -> (305) 375-4803, aborreg @maimidade.gov USER DEPARTMENT. Miami-Dade Transit, Office of Safety and Security Eric Muntan (Chief) --> (305) 375-4240ejm @miamidade.gov Horace Graham --> (305) 375-4207, hgraham @miamidade Jose Guerra—+ (305) 375-4240,jcluerra( miamidade.aov ITEMS AWARDED: Group 14 Professional Protection & Investigations Agency, Inc./Security Alliance(A Joint Venture) Item Unit Price: Item Description: No.: Effective 10/1/11 1 Unarmed Security Officer $21.66 per hour Maintenance Facilities and 2 Project Manager $3,832.32 per month Bus Yards 3 Shift Supervisor $23.30 per hour 4 Gas Powered Golf Cart $208.05 per month 5 Motorized 4-Passenger Vehicle $1,642.43 per month Group II 450 State Security Service, Inc. Item Unit Price: No.: Item Description: Effective 10/1/11 1 Armed Security Officer $27.94 per hour Metrorail and Metromover 2 Project Manager $10,014.07 per month Stations, Metrorail Parking, 3 Crime Analyst $4,965.61 per month and Park and Ride Lots 4 Supervisors $30.16 per hour 5 Dispatcher $23.20 per hour 6 Gas Powered Golf Cart $547.47 per month 7 Motorized 4-Passenger Vehicle $2,737.38 per month Page 1 of 1 MIAMI Memorandum COUNTY Date: February 17, 2012 To: Honorable Carlos A. Gimenez .7z; r Mayor ef' in CV From: Lester Sola, Director ��I / ilrt" r.) e Internal Services Departm�' ;-� Subject: Modification to Contract .1o. RFP, :7B-1 fo ecurity . and Services: CD RECOMMENDATION .,7D It is recommended that the County Mayor approve a modification of the referenced contract for additional spending authority to purchase security guard services for various County departments. These services are managed by the Internal Services and Water and Sewer Departments. This modification will increase the contract value by $3,654,000. The modification amount is within your authority as granted by the Administrative Order 3-38. CONTRACT NUMBER: RFP487B-1 CONTRACT TITLE: Security Guard Services CURRENT TERM: September 1, 2011 to August 31, 2013 CURRENT CONTRACT AMOUNT: $26,078,000 • MODIFICATION REQUESTED: $ 3,654,000 PROPOSED NEW CONTRACT AMOUNT: $29,732,000 REASON FOR CHANGE Request for Proposals (REP) 487A and 487B were awarded for purchase of Countywide security guard and screening services. The services were organized into tiers (by type of service) and sectors (by geographic region). At the time of the award, the Board of County Commissioners directed the Administration to award Sector 1A through a separate Invitation to Bid process due to the ongoing Qui Tam action regarding The Wackenhut Corporation, the firm recommended for award of this Sector under RFP487B. Services for Sector 1A were awarded to Weiser Security Services (Weiser) under ITB#8773-2/15. The contract term for Sector 1A is three years, with two, two-year Options to Renew (OTR) at the County's discretion. The initial term ended on January 31, 2012 and has been extended for one additional month. The volume of service in this Sector has been reduced by approximately 45% since the inception of the contract. This reduction in services was imposing a financial hardship to Weiser as the overhead expenditures are being amortized with less revenue. In October 2011, Weiser requested that the County not exercise the OTRs as it would impose additional financial constraints on the firm. Upon receipt of this notification staff started reviewing different options to ensure continuity of services for this Sector. This included the review of prices offered by all six awarded firms under RFP487A and RFP487B. Honorable Carlos A. Gig nez • Request for Modification of Contract for Security Guard Services Page 3 Approved 410P o7i2 q// a'r os A. Gimene Da e Mayor c: Miriam Singer, CPPO, Assistant Director, Internal Services Department • w,, Miami-Dade County Supplemental Agreement No.5 to Contract No.487B-1B" SUPPLEMENTAL AGREEMENT laitit 18 Pig . Contract Number: 487B-1B • Contract Title: Security Guard Services Contractor: Barton Protective Service, LLC d/b/a Allied Barton Security Services 6303 Blue Lagoon Drive, #375 Miami, FL 33126 In accordance with the Article 8 of the above referenced Contract, this supplement when properly executed becomes a part of the Contract effective October 1, 2011 and shall replace Revised Appendix B (10/11), Price Schedule, with the attached "Revised Appendix B (11/12), Price Schedule", to incorporate 0.88% living wage increase for all positions that are billed to the County at an hourly rate. Any reference to Appendix B, Price Schedule, and any revisions thereof in the Contract shall be changed to "Revised Appendix B (11/12), Price Schedule". All terms, covenants and conditions of the original Contract and any supplemental agreements issued thereto shall remain in full force and effect, except to the extent herein amended. IN WITNESS WHEREOF, the parties have executed this Supplemental Agreement to County Contract No. 487B-1 B. Contractor Miami-Dade County By: W.1 By: �tl qpi96.-0 4).( 1 Name: Richard P. Mu11an N LI '' - 1 . Title: VP/GM Title: (b l�.t.trr'c✓ne h� e�rac-�ri1 41i 4 r w�a a•. Date: 10/11/11 '* i�5 � Date: , j /� OpQ fCl4 Attest: ��� Attest: ::►Wl L '�t'xjY Corporate Secretary/Notary Cler e Boars • q 4, Mp- . e n 1 � �• Corpor . ........ "040k9'7,; LEONORASLADE Notary Public-State of Florida :A, My Comm.Expires Nov 2.2014 '•,4OF�Via°.•• Commission#EE 39556 l r Miami-Dade County CONTRACT NO,4878-1e Notes: 1. The County reserves the right to increase/decrease the hours for usage of supplemental equipment. 2. The County reserves the right to provide equipment to the Contractor and in that case, the above charges do not apply. 3. The Contractor shall bill the County for reimbursement of the fuel used in the County's Contract for the three vehicles that are required (See Appendix A, Section 5). The Contractor shall provide supporting documents and reports for reimbursement. 2 l e (.141/ (1/ , C CNA MEMORANDUM To: Myra L. Taylor, Mayor Joseph L. Kelley, Vice Mayor Timothy Holmes, Commissioner Dorothy Johnson, Commissio er i Carlos B. Santiago, Commissio er , From: Kelvin Baker, Sr., City Manager Date: July 24, 2013 Re: Revised Draft Agreement for Security Services On tonight's Regular City Commission Meeting agenda, you will be presented with an item requesting authorization to enter into an agreement with Homeland Patrol Corporation for security services at Sherbondy Village. The hourly rate proposed in the agreement included in your package is $12.50. Attached you will find a revised draft agreement lowering the price to $11.70 per hour; the same rate as the City of Hialeah Housing Authority agreement from which we are piggybacking. Please let me know if you have any questions. KB/fd HOMELAND PATROL CORPORATION 3600 S. State Road 7 #260 Miramar, Florida 33023 Tel:954-961-0064 Fax:954-961-0460 SECURITY AGREEMENT Agreement made this day of , between Homeland Patrol Corporation hereinafter called the contractor and CLIENT: City of Opa-Locka Whereas the contractor maintains security service for the protection and property and whereas,the client desires the contractor to supply such security service,now therefore,the client and the contractor mutually agree as follow. 1. Security guard personnel shall perform all duties in accord with written instructions as agreed upon the client and the contractor which shall be set force in schedule"A",attached hereto and made a part of this agreement. 2. Such guard shall be employees of the contractor and the contractor shall pay all salaries,and all Social Security taxes,Federal and State Unemployment insurance and any similar taxes relating to such employees. 3. The contractor will furnish property equipped with uniformed guards to perform security service at both the client's installation located at: 780 Fisherman Street, 4th Floor Opa-Locka, Fl 33054 4. The contractors agree that the security service covered by this agreement will perform according to the accepted security practices and standards.The contractor further agrees that upon request by the client,it will reassign any of its employees who in the opinion of the client are not satisfactory. 5. The contractor shall be responsible for the direct supervision of the guards through its design representative at the premises to which this agreement relates and such representative will in turn,be available at all reasonable time o report to and confer with the designated agent(s)of the client with respect to services,manager or owner. 6. The contractor agrees to furnish and keep and keep in full force and effect during the term of this agreement the following insurance: As required by the laws of the state in which the work is o be performed;General Liability for Bodily Injury and Property Damage;Personal Liability covering the risk of false arrest,false imprisonment,malicious prosecution, defamation of character, libel or slander caused by acts of the contractor's employees. 7. The parties agree that neither party shall hire or employ any present or former employee of the other party without written consent of the other party during the time that this agreement is in effect and for a period of one(1)year after the expiration of this agreement. 8. The parties affirm that this agreement contains their agreement there are no oral agreements. 9. In the event that minimum wage rates increased by any federal,state or municipal legislation enacted during the term of this agreement, said rates shall be subject to be increased by the same percentage increase that minimum wage is raised shall become effective on the effective date of the increase in minimum wages. 10. The contractor shall furnish uniformed unarmed guards at a rate of$ 11.70 per Hour 11. If during the period of the agreement the contractor makes a security survey and includes his recommendation to the client for improvement of security conditions,the client shall review all reasonable recommendations and advise of the contractor in writing of his reason for declining to make the change in accordance with such recommendations. 12.The client agrees that claims for damages arising out of the negligence of the Contractor or its duly authorized agents shall not be deducted from and invoice presented for payment.In accordance with business practice,such claims shall be referred to and Processed by the contractor's designated liability insurance carrier.The contractor's responsible for any such damages shall not exceed$500.00 in aggregate for the total of any such claim or claims for damages during one year period. 13. In the event that the contractor charge for services hereunder is not paid within 15 days from the date of invoice then in that event the client shall in addition to the invoice amount be responsible for interest on the amount due at the highest legal rate together with the costs of collection including reasonable attorney fees and costs and further contractor shall not be required to provide any security guards. 14. The terms of this agreement shall commence on - .The duration of agreement shall be one(1)year. This service Agreement will automatically renew for successive periods of equal duration unless either party notifies the other in writing not less than 30 days prior to the expiration of the term,by certified mail.Unsatisfactory payment pattern by Client shall constitute good cause and service at option may be terminated without penalty.The client may terminate contract within 30 day written notice without penalty In witness whereof,the parties hereto have executed this agreement the day and year first above written. BY: Homeland Patrol Corporation Printed Name: BY: City of Opa-Locka Printed Name: