Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C10
CIO BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting September 10, 2025 Agenda Item Number: CIO 2023-4479 BULK ITEM: Yes DEPARTMENT: County Attorney TIME APPROXIMATE: STAFF CONTACT: Dr. Michael Steckbauer, District Sixteen Medical Examiner AGENDA ITEM WORDING: Approval of five (5)year contracts with CMJP Operations, Inc. dba Dean Lopez Funeral Home and Key West Mortuary for Transportation of Human Remains to Monroe County Medical Examiner ITEM BACKGROUND: CMJP Operations, Inc. dba Dean Lopez Funeral Home and Key West Mortuary operates licensed funeral homes located in Key West, Florida. Dean Lopez and Key West Mortuary will be contracted for a five (5)year initial term to remain on call twenty four(24) hours per day to respond to calls from the Monroe County Medical Examiner's Office for transportation of human remains to the MEO when required for death investigations. CMJP Operations, Inc. is a sole source provider of body transportation services in the Lower Keys. The MEO budgets for approximately 200 death transports per year, countywide. The total value of all body transport contracts, including Allen Beyer Funeral Home, Dean Lopez Funeral Home, and Key West Mortuary shall be $450,000 over the five (5)year initial term. The contractor's fee is $450 for each call, inclusive of all supplies, transportation costs, and overhead. PREVIOUS RELEVANT BOCC ACTION: N/A INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: STAFF RECOMMENDATION: Approval DOCUMENTATION: 688 CMJP-Dean Lopez Monroe County 2025.pdf 2025 08 COI CMJP Holdings GL WC exp 10,31,25 AL exp 12.2.25 signed.pdf Sole Source Memo—Funeral Homes—Signed by Sheryl-I.pdf Transport Agreement w CMJP Operations dba K W Mortuary Signed.pdf FINANCIAL IMPACT: Effective Date: 9/10/25 Expiration Date: 9/10/30 Total Dollar Value of Contracts: $450,000 (covering contracts with CMJP Operations and Allen Funeral Directors) Budgeted: Yes Fund Source: 001-05270-068000-00036 CPI: No Indirect Costs: N/A Estimated Ongoing Costs Not Included in Above Dollar Amounts: None Revenue Producing: No Grant: No County Match: N/A Insurance Required: Yes Additional Details: N/A 689 ACRFE'NIENT heinven MONROE COUNTY, FL and CM,JFJ OPFkATIONS INC. d/b/a DEAN [,OPEZ FUNFRAI,HOME fi,or TnnsWwWtWn of Humma RemaWs THIS ACiRFE,M]',.",NT is made and efliCIVd into thiS ],Q!,i day ofSej-,)j jigr. 2025, by and between Ow Nlonroe Coun, rkwida. a pcOical subdivisioc oHhe Tme of I'lodda, %Vijjj pt-jrjCjp,,jj olllce� located at d WO Sinionton Street Key VksL FL 33040 Ohe -Counly'-� and CMJP Operaflons Inc., d/b/a Dean Lopez 1--uneral 1-lonie, as 1,,kwWa CuMomlOn w4h pAwQxll offices located at 418 Simonton Street, Key West, FL 33040(Me"Conwactor",) to provide services agsucktai wilh the Iyansportation of human remaks. WHEREAS. Hem] home opmatom Himughout the County pmess dw retfuilred cmdefidals, equipmerit. and facHWes to prmide Ualis,mionservices assochted with trumpWing hun,uin rc,,llifnnls„ and WHJ-,,,,'RE',AS, Dean I mpez Funeml fkmne is %villing and aNe to provide proper handling of human ream ins and tin iely transportaGon serviccs for the C(.)unly, and WHEREAS, the Counly desires so COTI[rXI With DeWl LOPe/ F'Lffleral I](1111C COT lifliely remOVal and transportation of human rennahs, whole or ill p"'Irt, froln Me phce where the remains are located to the McdVal Owninel-4 onice in order fir,)r the Medical Hammer to perforrn post in o rt ern exanlination(s) to determine the cause aind tijanner aid trine dmilh. Now therefore. in exelmnge Or good and sullicient NmisiJeMimi, than parties, hereby agree to Me following, terrils, and condiliorls�: 1) irhe VVork/Servicrs T'he Chmilractor nium puRmn 8H wortoervices) for trine Cbmuy mqAwd by tMs Agreemer, and as wl f'orth below: M) Undacw shall provide servkcs as dewrled &-ExWbh At"--Scopc of Services.allaclicki hereto and incorporated liercin, h) Coallrador must Supervise the work force to ensure that all workers condmi themselves and fierforni their-, woa in as sAY and proksional, munnen Cminctor must comply wid) all OS"A sMdy nilk"md reguWkms hi be operadon of qutmew and &dw peilmname ormewom, 0 Coritraclor niust coniply with any and all FCderal, Stalie, and [ocad laws and regulations nmv in cflact, or hercinaller enacted dur'ing the wnn of' this Agreernew, which are appliccible to the Contractor, its employees. agems (w subconlraclor% if any. with respect to the w(wk alnd Services described herein. (,ontractor shall maintain throug "hout the terin of this, AgreC111011. Zlppropriate licensmand inswune as required for the operation ofa hAncral hovire. Proof of any such ficense(s) shall be provided to the County upon reqtlesl, d) Connumor agrees to conNete smode Awms as QuAly deems moon unary 4 Unnhem nee of hs wAhwiwes and policies. and any relevant s,tate- and/or f-ederal-niandates, The fornis may hwkdq but are not Ihdwd ton: CONHembn Regarding Debarments. Suspension, Ineligibility and Voluntary Federally Funded 'Fransactions. ete INge I of 14 690 2) Contract Arnount Contractor WiII perfori'll contract IV(]Uirelnellb CHI an as-needed I%asis %viffi pricing and ordering pursuant to"Exhibit A."attached hemunnd irmcn7mated OWL Payment orin undisputed invoice submined by We(Wnwilor+vfll be processed %vilhin thirty (30) business days afier being slaniped as received,or uthemyi,se as provWed in accordance with flie Florida Prompt Payinent Act. Seefion 2 18:735. Ila. SUU, as amended. Couny is exeinpi Wrn paymetil of Florida State Sales and We iaxes. Contractor shaH not be exernIled by virtue orthe County's excniption from paying sks 14,N to A sqTheis A materials used to Will Rs obligWris under ads conwoo, nor is Anwor atilhorized to use the County'sTax Beniption Nurnber in,securMg such niawHal&Annaeux diall he mspvnsible Ar any and A taxes.or payimwAs ot'vvithholcfing, related to wivices rendered under this Agmernwit. Adl%mUn the CAnAmckv is to suhnih to the (Twunty invoices %viai supporting documenwtion that mv ameMable to Te Monme County Office of Clerk and Comptroller Wounly Clerk). Acceptability to Me CULfroy Clerk is [)ased upon generalt accepted accounting pHnciples and W Uws, ruts and regulations as "my, pwerri die dAMW WAMs by the Cowuy CQA 3) Ag,reenient Subject to Funding The Wuntys peArmance and oNigNin to pay under this cnontract is confinglent upon wrn annual appaVdation by the FRmYd of County(brurnisshner& In die event that the County funds oil Which this AgmennmV is dependent are vithdrawn, Ns Agmemoh is nennhated. and the County hodw Furflier obligati0t] Linder the terms offl,fls Ag,,,reemcnt to the Contractor beyond 11tai already incurred by the termination datc. 4) Conti-aet Term Pre initial cmnnact period is for five(5) yews corrunencing on dw date\vrnler) on the first page r,:)f triads Agretwou VIROM Terrn"Y At reneNval ')')dills Agreement nmy be ace orn pfis lied in one(1)year intervals by the County Adminissawr exercising her adahn[stradve appnwal audumhy, vested pursuant U3 the NO= Runty PuruhaMng INAky dams d, as may he arnsWed, so kmg as Mt renewals, are ruaade espresso, subject io the saine terms and conditions as provided herein. This Agrecinow nmy he emanxkd Rr up to twe (5) 5ucussive one t1) year periods (cach a "Renewal I hsD-Al N MUS1 not O\cce4 �L"'(firdip illum')Val S,,)..DhrW ITMonroe Jysl—cal uuda t CJA),Y..ildoi 'gfllc-va imendalDi 5) Contract Extensku Beyond the'llrul In the evoii services am sdwdukd to end beemrse ofthe expirmion ofthis contract, the Contractot, mum comhun Hie service upon (lie NCILICSt of the(lumy's Conowl Adininkamor Ile extowitin period W01 1101 extend for 1-norc Man ninety, (90), da),s beyond the expiration date of the e,%isluig cornmo, The Contractor w,iII be conipens"ated for the sQrvice at 1he ratc(s) in eflect u,vherl Me COUrIty invokes diis extension clause, 6) Coadhions for Emergency/Hurricane or Disaster It is hereby made a part ofthis agreeinent that helre.dUriflgalld after a public enrergency.disasier, huniume. nood, pandemic or other substantial loss that 11"W M()rIrOe COUIAY Vvill N(JUirc a "fill-St priority- Nasis dear" goods and services. h is vital and Anperative that the niqjority of citizens are, protwed frorn,arty enlergency situation uvhich threatens pubk safety an'd health,as determined by We County Adminis"Wor. Antraclor agrees to rmUselMeme if gwAs W service to the AM or other governmental eirthiev as opposed.to as private cifi/en or corporalion, on as 011'st priority ba,,iis. '111C COUTIIy' expects to pay as W and remonalAe pHce Or all prod net Wery ices in We event or a diwer, parWasin ernetywxy or harAcm, Awarded Contractor niust furnish a lwemy-Rwr. 10ge 2 of 14 691 (24) hour telephone number A We event ol'such an ctnergcn(,,Y, 7) Independent (.,.ontractor- TO Agmernm does not createari, relationship beivveen the llarfics, 11 is the intent ordlic Parfles that the Conittaclor is sure indepeirdem comrarmi"nider Ws Agrummou=1 wst We (WUMIS MplOYCC fOr any J)Hrpmes. hxNdhg bust Wed to, time aNdiembn of We Fir I tbor Slarickirds Act rnininiurn mmge and overthme paymenN, Fedard hisurance WUHNition Am the Social Secut-hy Act,the Federal LhiempWyniew 75%Act, the provisions of the internal ReVOILIC Code, the State Worker's ArriperrsatIn ACL aimed to SWW Wemphpnml hnWaMC Iran, The Cownwkw mil miani sole an(] absolute discretic)n in fl'ieJudgment of1he manner and nicans of' carrying out Cc'mtraclot's acdVideS 1111(l rewponsi bi I i lies hereunder provided, (1irlher that dchninistrative procedures applicable io services rendered under his Agreement Nvill be those of Contractor. which NAlies of Comwor will not conflict witl'i ( ounty, Svate. or Uniled States policies, rules or regulalkms relating to the use of Commewes Rinds provkled For haek. IN Coniraciar agmes that it is a separate and Independent enterprise froni flic County, that it had full comer unity to flad oWWWriesm that it haw We Its own invesul'ient in its business, and 111"'d it will utilize as high level of skiN necessary to perfonn the Nvork. 'ILI'l is Agreeirlent rillust not hc cvnistrued as cruiting any joint empkynieni rdaMmship he"ven the (Wrinnoor and the County am! We Coumy WH not bi. liable for any Obfigniflon incurred by Contractor, includhig but not limited to unpaid minianini wiges and/or overtinic pren'flun'ls. 8) Assignment and Subcontracting Contractor must riot Imnstr or assipt the performance reqWred by dis Agrectment whhmn We prior written consent of the Bomd of Comy ConrnnisMmen Hds Agmemm% m any portAi thereol', must not he sWxm1mcWd withoul the prior "When consent 4the County nor may the Clontramw asign any monies due or to becorne due to On or her mithout flie previous written corimmit. 9) Termination a) Tenninallm for Came and Rernedicy In the event olbreach ofany contnad tenns, the Quivy retains We tight to tuminme this Agreemou. The County may aim)tenninale this Agreenteni for URISe ShOLdd Contractor fail to perform the coveriants hercin containe'd al then We and in the manner hereingrovided. In the event of sawh termination, prior to terinination, the Counity shall provklc Cbromewr with seven, (7) calendar days' wrilen nodce and provide Me CoMracwr%vith,an oppOl"Wrlity to cure the hreaich that has occurred, If''tune breach is not curvd, the Agreeni'mit will be terrain,1110(1 fOr CZILISC. 11' the COUnly tenuinates this Agreemeiu with the Comramr. Cbunty shaH pay Cootnactor trine SUrn due Me Contractor under this Agreernou prior to termination, unless the cost ofcounpledon to the Couigy exewds the Ruids rvatainhij in he emmuct: howeven die Counly reserves the tight to assert aml seek an tyffhel for clumages camed by the hneach. "rhe maxiniurn amount due to Wriumctor shall not in any, event ex,ceed the spending cap in this Agreement. In addition, the County newmes 0 HghN andlith4c to recupcn,,,ae rnoriiQs paid under this AgmerneM, KC11.1ding die tight to sue lbr breach, of contract and including time right to purstm an clairn Or Kim%of Te CowuQ Fake Chims (Whwnen located at Section 2- 721 et al. ofthe Monroe County Code, at any, Hnic, upon nhey (%Q dM;s* written notice In(Torittactor, If the County terni hates this Agreement with the Contractor, (2ounly shall I' my Contradar the sum due as or the appointed tenninadion date. Mess time coven Womplobn of the remaUng iork under be Agremnent exceeds the Funds reindining in Ow contract, 1110 =X%nn arno"nt due to Page 3 of 14 692 (I ontructor shali not exceed Ole spending up in 11-lis Agreement. J"he Couill reserve-s the right to) recover ally V ascer4dnablc fleltin] damages inctirre'd "'us a reskilt ol die ofthe Contractor to perforin in aCCOT'darice with the requirements of'lhis Agjeernent, or fart,losses SUStailled by HIC C'Otjnty residtant from lhe Contractors [Lidure to perk:mrl in accordance with the reqUirernents ofthis Agreenient. Insurance 11equirements Contractor shali obtain ail i-mairlu'lin at its own expense the insurance coverages listed within this,, Paragraph prior to conin'-wricingservice underdlis Agreement. AH insurtince requiremeirt's pl-c"wided for in this Agrceaient shaill be subject to annual, review, Depending on tile extent of contradtial obligmions incurred by flee Corimmor, tile bellow insurances will be required, Unsurancescan be allered vi,'i written Nvaiver by County's Risk Manager, ifreqt6red. 'I lie Contractor inust keep in 'sail force and eff'ect the insurarice described during fl-w terni ofthis Agreeinent, If the insurance, policies clriginally, purchased flut meet the reqUirenients are cane elect, terminated, or reduced in coverage. then the Contractor niust in,imediately substitute coniplying, policies so that no gap in coveragg,e occurs. Copics of Current policy (.,°,crtificales shafl be filled with flie Monime County Risk L")eflartineril whenever ,,wqtiire& amerided, and annually during the terin of'1his Agreenllen t, Ill to CWCL1601-1 of thins Agreement. Contractor -,,,11,afl fi.irnish the C,ounty Certificates of hisuirance indicating the 11,111-linnini Coverage linihations in the following, amounts. alp WORKERS, COMPENSATION AND EMPLOYER'S LIABILTIY INSURANCE Where applicable, covier,,tge to apply fi,)r all employces at the tninifnum statutory lih nits as required by Florida Law', md E,ml,ptoyee's liability coventige in the amount of'$.5(1( (L(1Q.wGl0 bodily injury by accident, $50 r 00MO bodily illJ Llr�, by disease, policy limits, and $,,)IK�,000,00 bodily illjUry by dj'sease each employee. b) COMPREIIENSIVE NUTOMOBILE VEHICLE LIABILITY INSUJ�ANCT. Motor \(chicle liabifity insurance, including, appfic"'Ibic no-fault coverage. vvith firnits ofliabifity of, mil, less thall S j�000 (�LWLLk) per occurrence, Combined Single limit for Bodily Injury Liability and Properly [.)airnage Liabifity. ifshigle, limits ,ire, provided, the minimum accep-l"'Ill hil are 1500,LYjqLQ per 1,,,ierson. S/ 010) 000.00' tier occurrellm and P(� ,P(� property daillage� C'oweragc shall jinchOe a,ll owned vehicics, all non-owned vehicles, and all hired vehicIes. COMMERCIAL GENERAL LIA I'll 1,11TY. Conin'llercia] generall fiaibility coveriige with limils, of l4ibiflty oll'not less than L)O Per OCCUrrence combined single limil for Bodily infl,llry 11J�',lt)illty and Pr()perty Daniigge Liability. Such coverage must ill as as n-linimurn: Prelillses Operations, Products"Ind Com1fleted()perallons, Blariket("onlractiml 1,iabillily. and flersolufl lij 1.1l'y 1j,"11jility J , . An C)ccurrence 1 orni policy is preferred, If" cover"'11,2'e is provided on a Claims Made policy. its PrMiSIOIIS ShOLlid inellude coverage for clairns filed oil or after the effective date ofthis cowncia In addition., the peri()d fior which claims rnay be rcpooed should extend for as niinimurn of twelve(12) months follcming the accell of work by the :ounlv, d,p CTRT IFICATES OD INS1,11tANCE,Original Certifireaws of-hisurance shali be provided to the County at tht tunic of execution oft his Agree rnent and ceili fied copies provided i 1" req uested. Fach po�icy�cerl i fic,,,rte shall Inc endorsed with a il on, that nol less thall thirty (30), cnlend,,ir days' written notice s1mil hic provided tea tile COLHAY 1)0'01-C 'cifly J)OHCY 01- coverage is caneelled or restricted. '11-lic underwrim' Of SUCh ilISUrance shall be, clualified to do business in the Stalteof'Flmrida, If requesied by ifie County Adniinistrator,the. insurance coverage shall be priniary insurance with resj:lect to tile Counly. its officials, employees, agents, alul volunteers, Failure ol"Coritractor to Comply with lite insurance requirements cof1his section shAl be cause For iminediate iernnination ofthis Agilt. Page'l Of 14 693 4,10 VROEC'01'N7'1'Bo ,41?1)�OFC'OUNTYCOYI.411�V.S'10,NL,'R , KET 01"ST, FLORIDA 33040, ARISTRE NAME0 ,AS IDD/770NAL INVIRED AND ("ERTIFICATEHOLDER ON ALL POLKIESEXCEPT fV(..)RER'S COMPENSATION. Ill the event that the (Amaractor sulheonvads any or M of dw %wwk A this prqyd to my tWnJ prly, the Wrinactrw speciMeally, agrees to identify the Courity as an addhional Samd on all inswome policies irequired by the("tacrrn, In addniorr, the Convartor specificalb; agrees that all agreerneiAs or contacts of any nmwv with hK s0commomms Anoll include the(',ounty as additional insured. 12) Indemnification & Hor ld Rarrilless a) Ihe poNies agree TaNme percent ( 111) of die tMal compenmMon Imid k) (Wnvactor Or the work cw savices unda tMs as gmemoll caiisMunas qw6fle conMdendon to(Arnnnoor f1w the indernnificatki to be rwonvided under the Agmeinow NmwhhM=dkg zmy Winnnin hum,=cc wquirernen s prescribed elsewhere in this Agreement. the C'ontrador shall tM'cnd, indcirnniQ. and hold the C()Llflly. aildi the Couroy's elected and appointed Wcas and employees, harmless Rom and agahst any ekdms, mlkms or cauws of action. any litig"ation, adni in istrati ve proccedings, appellate proceedings, im- caper proceedings rcla6ng to any type of Qry (including death). loss., daniage, fine, penally or business inithited with respect 10, 01' Sustained by, any indemnified party by reason of., or in connecticin with: (A) any activil.)" of"the, Conlraclor or any of its onployees, agenTs. contractors or other invitees dukigMeterin ofthis Agremint;(B)(lie aicglii_)-eTICC ear-reeklesstiess, intentional wrort.gFul triiSCOndUCI, errors or other \vrongful act or ornission, of the Contractor 01' arly of" its ejnplcoyees, agent& subsorAmom, or other Kvitees, or (C) the Contracior's defairl't in respeci 4any ofil'ie obhgaflor�s that it undertakes tinder the tern"is ol' this Agreentent, euept to We extonu dic cGhts. acthris., causes ofaction, litigation, proceedings, costs or exposes allse Wom the intentional orsolC IICLIfigent aLIS Or OlaiSS'RAIIS Ofthe(70MIty Or any of"S employees, agent& coiHmums or Brimes (Wher Omn the Canuactoo, It Nwhkg coMained herein is incended. nor jilay it be construed, to waive County's rights arld ii,1111111flitieS Under the common hm; or Seuion 768.28, Ilkwida Stwoutes. as amended Awn dAw U"We"wr will anything WSW herch be coristrued as consent to be stied by any third parties in any mWwr Using out M" this, Agreemm, N) We emw considemd necessary by the County, any sumi due (Awitmoor imcla W Agmemort irmy be inctn0d by the DwiMp W all of the"!' (Muny's Whis subject to this, indernnificaticin obligation have been soaded or otherwise resolved_and any amnunt withlield is not su ject ter paynteril of interest by the ('ounty, lrisoflir aa,s the clainis, actions, causes of action, lifigaiion-, proceedir gs. costs cu-expenses relme to everns or cimurnmames than ocaw dwhg the to-Ill onhN Agreernwit 16 Won will swOve the eMidation of he Wnu ofthk Agreemmu or an.y earlier lerli-iiiiation of this Agreement, 13) No Personal ljobilky No covenant or agreerneM contained herein sh,r1li be deemed R) be a,(:ovenant ear tigreerrient (d'any mcinber, Wca% agent or cinployee of'(7ounty in his or her individuM capacify, and no member, oWer.agern der empkqee of County shall he INMe personally on this Agreement or be siubjjecl to any personal fiahRy cw accounivibih, by reason orle emcmWn of ON Agmemom. 14) Discriminatory'Vendor List Convactor hereby aclanowIdges its confintrous cluty W dkchw to dw County I the Uontishor CA, any of Its MMN as Mned by Sehon 281134(opo, Florida SumAes. am Owed on the Usmirnhmim, Vendor- Um. flrmmnt to Seakm 281134�,2)(aj'lorida Statwes: "An elltiky or Page 5 of 1,4 694 Mate "to has beer) placed, on, the dicWhMory vendiv Hsi may not submil as bicl, proposaL or, reply cm, a contract to provkle any goods cw servien to a public ently may not submit a Wd. 1-.)roposal,or reply on as contract wifli as puhhc My Ar the emnumMmi o"vpTr of pubUic buildhg or pubk %wuk; nmy w submit bids. proposak, or replies on leases, of real property to as public entity.- nitry riot be awarded or perform work as a contractor.saipplier, subcontractor. or consultant under an c('.)ntrnc1 %vRh any pubhc entity; mid may not umnsut business with any pubhe enti,- 15) COunty Suspeadmi Vindor 1jKt The cligb4hy of persons for In Rw an award of(bunay wrac!(asj or manKinto as contra eq may be suMxnded ptursuant to sm. 034AIJ of he Nbrime County Code of Whunce& In the evmn an eholble person is suMwnded by We (bumy aher he cmitmo is awarded. or a suspentled person is employed to ped'orm wvork (e,g, subumimetor in a bW or comwel) Mumant,to a Minty Mind, same shall cni-istitrae an rnimerial breach of the coMma The Aum, in its sole diciAm, nmy tenninate the comw mAh no Rmho, WHY to We contractor heyond payment offhe portion of the contnact price that rnay he due Wr wt'i,rk satisfiaclorfly completed up to the date oflerndrialion, and hereby reserves A other rights and remedies avaHahle at law or in equhy. 16) Pro bibition on C°onflict of interest, Gratuides, Mcki'mcks, and CWhaWn, Ile smiaments contained in thik paragraph are true and correct, and niade with the fuH knowledge that Monroe Cc)unty relies upon the truth of Hle statenients contained hereiri in awarding the contract 1br this 14ject. ar ("onfliet ofintereSL (Amitractor covenants that it presently has ixi interest and w0l not acquire any interest that %vould conihn in any nianner or degree whii the performance of servnces required. Fach party hereto connants that there is no corifliel of interest or any other prohibited, relationship between the Cotintyand i1scif'. b) Cratu Wes, Contraelor hereby certines that R has not op W gNen, or agreed to give any wmnx County eiriployee as gmady, ki= tw anyhing or monetary value in cmmection w4h any decM.appmvA disapprovah reennmenthtion, preparation ol'any pail ofthe Flrqject or award of 06 cmAnict. Kickbacks, Contractor certiOus that M has not gikerii ipaynierii-graluity,or offer art'erriploynient to be niade by or on bdmd of as SuMoMmoor wWQr as contract to Coll tractor or higher tier sub-contractor or any Person assocktal iherewjO'i. as an inducenient of the a,rvvdrd o")r at subcontract or order. (1) Non-Collusion Staterilel]L By silining thlis Agreemerit, ("onti-,ictor certil'ICS Under penalty of lwdwy hot be price pro powd by Contractor\vas arrived at independenfly \vifliout coHiusion, consrullationa or conimuWatimi W Te puqxAe of redricing con-Weddon: aml no attempt has been made to induce anorher person or entity 10 SUbMil a prop osal. or not subtiril, fim: the, purpose ofrestricling Competition in the a%vard cut'aims llro�tecl- 0 Contmet Clamm Ile prohIMB on emAd ofinierest, V,rawhies, kickbacks, and collusion prescribed in [his paragraph must be conspicuotisly set forth in every contract and stit-icontract alid solich"Ation, inkialed in/ orflr,,jcj(,)j, jjn tits pej-forniance ofthis Agreement. 17) EMM CAmne pursuant to Munroe( ounty Ordinance No, 010-1990 By signing Ohs Agreeman. the CcinNactor warrants, that he/she/it has not employed, retahled or olhembe had act on hh/heMis behalf riny Wer Uiunty officer or employee in viohition of 'Seaton 2-149,Monroe County Code ofMclinances, ornny County Micerorernployee in Malkin of Section 2-1 i0. Monroe (Aumly Cude of0rditiances, For breacli or violation of dais provision the Clunty nny, in is discretion. terminate this Agreement withmxt habrifity and nmy Am in Rs discretion. deduct Boni the Agreonent or purchase jia uce. or otheMse recover, the M amount ch any fee. continission, percentaga gik or conkidernflon paid to the fon-ner County officer Or employee purswint to Subsecrion 2-1.52(b),, Monroe County (.,ode of0rdinances. loge 6 of 14 695 18) Prompt INsclosure of IAHgaticni, InvestigntlAns, ArhkrzHon,or vidminktrative Proceedings Throughout 111C terlil OHNA Agreonm Hw Contractor hags a coritinning dk,ny to Promptly disclose R)the Uounty.inwrhing.upwi occurrence,all civil orcrirnind JRWadwi hwmdgmionq arbAmdon, or adninishaHve paweedbgs reUting to tn- Contract or's atiflity to perforin under thi,," AgMMML If We elmence of such calaws, the ComAy carvelm IMI 1he C,onlractor's ability or willingness lo perform the Agreement is jeopardived, the (,ontuictor rinay be requitvd to provide the(County with reasonable assurances to demonstrate its ability to paWnir as mqWred hmv=dw% and that its employees/agerits have not or will not engage ill,conduct shall ni nature to the coed act alleged in sate In JYOCeCdin . 19) Notice All widiRen convspondctice to the (hunty Amll he dated and Qned by an audushed represavative of the (Ammuclar Any wrinen notices or correqxmdetive raphY or contemplated under this Agmenimt AmH be sent by 11S. MAL catillel rown recelpt rmrwsWd, pomage propoki, or by cowhr w4h pmof cW delivery. Notice is deemed received by C"ontractor when hand delivered by national cmirier with proof of dehvery, or by LJS Mail upon verified receipt or upon the ('late of refusal or non-acceptanse of delivery. Notle shAl be swu to the KAknAng pcm= B"tfl Q',, NTY: F�l,,fj A(TQR� ('01,1111,y Administrator Ckup(Vemums. hlc. hionaw coulay 418 Simonton Street 1100 Sinionton Street, Room 2-205 Key West, 1:1,33040 Ke.y West, Fl, 33('40 Entail: And (whh copy to) And (with cqV to) Monroe Counry Attorrley's Offlice Boa twows,sladin" 11sq. I I I 1 1201 Silreet, Suite 408 Spottswood. Spmlswood,S'Potswood, Sterling l-111C Key VVesL FL 3304 500 Flernhg SUcel Key West, FL 33040 201) (71joice of 1,aw and Ven ue Ile parties,expressly agree lha,,tl the only laws that apply to Ohs Agreement are those of the khate of I'loliclaarid Uniled States ot"Arnerica, without regard to choice ()l'[a\v principals,'Tfic� parties waive the privilege or venue and agree, that all h0g,,al4,)n between them in Me MAe courts will Ne place exclusNehr in the Sixteenth Judichd Urcuit in and for Monroe County. Florida, and that all Hdpalkn hertwemi thern in the federal courts mill taker plhtce exchushmly, 0 the Nited States Dimrici (Aw in and for the `got hern District of' Ulorida, or United Strtes Bankruptcy Court for the Southern, District of Florida, whenever apNicahl, This Agreetneril shall not be suWul to arlAvadom Medlurion proceedings inhimed and con&wwd pursuat" to this Agreemeril slutill be-ill aaordwwe with Hie Flmida Rules&CIAl Proce&we and usual and custom ay procedures required by the Urcuil COUrt 01'N40nr0e ('0UHly, 1"-]Orida, 11) Attorney's Fees and 'Casts Counly and Contractor agree that in the event any couse oraction or adrriintstrative prc)eeeding is inhiated ur deAnded by any pony reWINe to dic enkmernent or interpretation of this AgreenicM, the prevailing party Avill he emitted to rvasonable attorney's lies, court costs. investigative. and out-of-pocket expeme% as an award aginst Me non-prevailing, party, at all levels of the court system, including.in appellate proccedings. lNge 7 or rs 696 22) Public ReemAs Couroy is,at j)UbHC '2gellCY Wb�M U.)01,1111Cr 119, 11(41(10 StItUtm gas aniended fron'i fluie to Ome. To the extent Contriador is a Confi-actor acting on, behalf of the Counly pursukmt (o Section 119,070 1, Florida Stmutes,as aniended frolli finic to flme, Contnactor niust collrply with ull public r-CCORIIS' laWS hl aICCMdance widi ("I'lapter 119, Florida Switites, hi accordarice, with state law, C'ontr,acloragrees to: 11 Keep and awhitah) Il records that ordinarily and necessarfly would be required by the County, in order to perfOrm, the services. All Lftion reclimst froun the (,I ounty"s custodizm of'public records, provide the County with a copy of the 1"e(JUIOSted records or allow the records to be inspected or copies M11iin a re"I""011able tinge arp a cost diat does not exceed the costs, Provided ill ("hapter 111). Flori&a Statt,ocs. or ,is gat wrNvise provided by 18W. c)i F",nsure that public records that are cxenipl,or confidential,and exempL fronl public,records ofisOosure zare not&closcd except as authorized by Ilaw tbr ti-le duration ofthe Agreement terni and ('(,sllowing completion of dreg Agreenlent i I'the Contractor does not Jj-atjSjef- Jrlje rLT,c)rds to the County, d.t 1Jpon completion of the services within this AgreenlenA, al no Cosi, eillier lranst�er tea, dw ("ounly �,'ffl public records in possession of the Conlraclor or keep, and nlairitain public records required by, ihe Counly w perforni the services. 1:11' OW C0l111`a,d0J' tnlflsRrrs A Public records to the(70mlts' upon complefloll of Ole services. the("ontractor niust,destroy any duplicate ptiblic records, that, are exen,qm, or confidential and exenlpL from public records disclosure recit6remicrits, H'thc Conn-actor keeps and maintains,public records upoi,i oompletion of the Services, the Contractor must rneet all applicahle requireirienAs for ret,ullimig,public records, Ali records stored elect ronicailly, must lie provided to tlic("ounly, upon reqUest frorn, the County's, cusloch'an (A'Public records, in a lbrrn,,,m Ilial is,conipatible widl fl,"IC hil'ortm,11iorl, technok)g), Systems or the("ounly. IF 'THE CONTR.AcToR HAS QUESTIONS REGARDINC THE APPLICATION OF CHAP"I"ER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTV TO PROVIDE PUBLIC RECORDS RELATIN("I", TO THIS AGREEMENT, CONTACT -THE COUNTV'S CUS'17ODIAN OF PUBLIC RECORDS AT: MONR � COUNTV ATTORNEV'S OFFICE, 1, 111 12TH STREET, SUITE 408, KEV WEST, FL 33040, EMAIL: OR PHONE: 3,05-292- 131-11CIRf"COR Ds'�,Irf'N11("d 3470. ff'(,,0ntr,,,1C10r does not comply with Allis section, the NvflI enf'6rce the Agreement provisions in accordance herewith ancl maN, imilateil-ally cuncO diis Agreement in zwcorokince wilh slate low. 23) Autfit Rights 'The C'cintractor inust imaintain acctmfle. books, records, (locuinents and other evidence dilat sufficierdly and propwrly rellect all direct arid indil-M COStS Of any 11HIAH-e eNliended in [lie perf'ormance this p Ag g wnient, in accordance with genenally accepted accounfing principles,. County reserves the right to audit die records of' the Colltiactor ftn- this coai modi ties a,,wd/or services A-,wovided under the contract M any 6111C (106116�[Ile po4ornlarice and term of the contract and for as period o f 11jive (5) rafter unii r)let ion of I I ie contraci. Such records nlusA be retained by Coritractor for a mininium of five (5) years following the close of the Agreement, or tl,w period reqUirec] for this pai-ticulartype of'proJecl by the(,jerjej-afl JCecoj-cps Schedules maintained bye the Departmew of state, whichever is longer. The Contractor agrees to Ce"Yoperate NNdai ilia county and agrees to subnlk to Un aUdi'11 was required lay Ahe County. or other aud-lodmi fepl,esCA1t1,1tive(s)oftjte State ot'j"Jorida. T]w Nd vw 8 6)f, @ 4 697 Contractor must aRmv We(17ounty (w such oker audiQ agency to have access I() and inslvct the COM Moe records 01,111C(:,"ontraclor in reWhin to dis Agmement at any and call thries,dwIngnori-nal business hcmrs liar Te purpows of condudng Wts (w exambnatArs or nmkhg excerps or lranserijlOolls. The requireirienis set forth in this pampaph mAl survive am 10miruilion of this Agreernern. 2,4), 717hird Party Beneriviaries NeWier C'onlractor nor County intends to dirady or Ilencht a third party by this Agremnac 11mvIn. the 10thes acknowledge that there are no, 1hird-Party heneficiaries to this Agreomern and that no Th-d party is or W: be enti(led to assert a right or claim agahist either of theta based (ipon this Agreenrent. 25) Uncontrollable(Amum0aumm OFurve Nbicure") As used hem&, "Me majew?" mens the occiwmnee or any event ON prevents or delays be perImmame by either parly, of"its oWymkms home mder which am belmd A rmswiaWe mml of The I ron-lie r forin mg Poly Flamphs of"Fome N141cure" include. NO am no SAW un=is of (3od, naiur,,i] disasters, or arlorgamy govenmriernal Won. To invoke this paragraph. irninediate written notice, consistent vvilh flic"Notice- provisions W'Illis Agreement, ITILKI be sent by the non- perli,)rrning party dexcHNng the c1cwnstarices axnAmbig We proofillat the rion- pert6nnance or dela,ly of'perf6ri-riance is at dhvct vital reasonable result of such event(s), Any clahn Nr extension of time by(.'arnnuemr pursuam to this patograNi will be We not mom Wan Sneny Iwo(72) hows after the coniniencenrient ofthe delay,01herwise, it shall be waived, The Contractor shall immedimAy reporl, the termination of Ow cmNe pier be deby Win sevmV,two (72) hows after such terli'linaflorl. The Courity reserves its H& to chaflenge the invocation by the Contractor Within, rive (5) calendar days of recelp of said rnAke. in mxh case uninteuq)red perfolillance ii, required. However. in the event the invocation is accepled by the (."ounly., the Contractor tnust take all reasonable measures to initig-me any and aH remdiing damages, coms. deWy, m QnWthns to Me Commemi's Performance requirernems Wer this Agmernem. All Wigations inust resurne when the circurnstarices of smch evath) have stibsided. or other arrangenients are arcade pursitant to as wriaen atneridniem to this Agreerneni. 26) Public Entity Crimes S(atement Purstioni, to Section 287.133(2)044 FhAda Smuci as amembd Kni Ikne to tWic. ChWactor hereby certifies bal ncither it nor Us aflThdds) have heen placed on the convicted vendor Hsi. 1`0110NA/ing 0 C01166011 fOr ar I)LIbliC, Cflflly Crillie. 11' placed on that list, C'ontractcn, agrees: to inimediate" notify the Couray and is l:rrohibited born pmvkling any goods or services to a Imblic enHy h may lim subnik a bid on as corlirao with,a public cmily For Ow corswuuion o"-epk ofa public buil(fing or ISAR "work; it may not Wmh bids,on Laws of real pmWerly to a public entity; it tnay not Ix,,,mwirded or perform work as a commoon supjiliCl-,SUI)COwractor, or consultant under is C0111i'lict Vvith any PLAHC eno"; nnd. h alay Rm owisact business Wth any public entity in excess of the threrAold aniowlt pnwicied in Sectkxi 287117. Rodde Statum for CWWgwy TWO ($35.000).as may he arnaded, A as puriod ol'thh-ly-six(3(i),nionths froai the cl.:tte of`1beingprlaaced earn the con0eted venclor fim. 27) Foreign Gifts and Contravts The Contractor must Comply with any applicable disclosure requirernents in Section 286A01, Fbrid,) SWWW��.;. PW'Suam to Net% 286.101(7)(b)jd(wida WaHes: 01 addition to any fine assessed under J§ 286.1 01(7)(a), I'lodda Stawnsh a Nnal order detennhAng a third or suhnseclumit Njolation by an entity other than a state agency or poh6cal SUbdivision rrMst aUtoniat i call y disquafiry the entity 1"N'lni ehgR)1hiy, for any graill or contract funded by as suile a�,,Pency or any, lNge 9(W 14 698 polifical subdivision unid such inefigdbflity is lifted 1,-)y the Achninistrafion Coniinission jGovern0T* and COW per §14.202. Flcwida Matutes] for 14W cause," 28) Scrutilnhed Chmlipanies& Countries of Concern (F.S.S.287A35,2,115.473,& 287A38) WwWr hemby emblYs that it: a) has not been Maced on We SOUilliZed C'Ofnpanies that BoycMt Ismael Lim. nor is, engaged in as boycon of Israel; b) has not been placed on the Scrutinized Compwks%idi AcOvities in SUdan LW nor the Sautrind Clonpanies with Activilies in fl,w Iran Terrorisn'l seclors List (fi:)rrnerly the Iran! Petrolculil Fnergy Sector List), and 0 has 11101 been engaged in bushiess cipemduns hi Cuba or Syria. lf(:' aunty delerni i ties Mal Conunci,or has %Oy cetliried fiacts under this Imwagrapio (n. n7onvactor is found to have been placed on a list created pwmwnt to Section 21 5A73. FEW SMA"s,is arnoWed. or N enpged in as boycolt ofisrael "ifter the exectakin or Its Agremnem. Cowiq/ will have all rights au d remedies turn fernrinate this Agmein"t NmAmetu w4h Section 28T 131 FW&da SWWWs,as alnerukd. The ('enauny wsoNvs all rights to waive ceilinn requuirenwnts or m pamgmph on as cweAymase exceplkni basis; PLUSuant to Section 281131 WE IMute, as ammuled, Beginning January 1.2024, the County aluM ncst mum Wo as cmama davit grants access to an WWWR personal WemQng intlannadon to any Foreyn Comilry of Comern such as: PeopOs Repuldic of' China. the Russian f"eileraliorl. the Islanlic Republic Of Iran, the Dernocrmic People's Republi of Kowa. the Republic of(Ila, die Venezuelan regirne orNico..'llds,Madmro,or ille Syrilan Arab RepiRilic. wiless die Contractor provides the County w0h an WOW signed by an authorized representwive of the C0ntr8CtO1% Under penally of peduDq aneming Him the Chniractor does not inect any of Me criteda in sullfraisgrapIn (140- N) of Sedon 287J38. Florida Statutes, as may be amencled, Beginning Jaimary 1, 2025, the County musI not extend (w renew inly contraulMl granN access 1.0 all ind avid ual's persorial identil�ying iriformailon urdess the Comraw plavides the County with ail affidavit signed by an authorized representaihm of We Contmoor. un&r peomly ofpetjury,attesting,that flive COMMOor does not meet any of We c&WHa in soQaragraou j2)(14(c) of'Section 28T 1 X FWrida SMAWS, as irray, be aniended. Qoladwm of this Section Will MUll in tennination orthis Agreenitmi and nny, resull in administratNe sancluis ancl penalties by the Office offlic Attorney General of the Stale &F lot!clan, .................... ........ —— -—-- ..-.......................................... CAUP OPERATR)NS INC. d/bAt DEAN L014121 FUNERAL 11-10511E is not owned by the goynanwrit of a Fwvjn Wunary of Cmiceim, is not cirganded under Me laws ornor has is Pdnclpal 11ace of Business in a [Aweyn Coma, orConcern,and, flie goverriment of as WIn CowvT of%wern does rlot Nive a CoWhrlg Inwrem in Ow entity. Under penalties of pedury. I declare that I have read the foregoing statement and, th"it dic 11rels stated in, it are Vue" PHnIed Narns Peter & l3niq Tillc,' Presiderit Dale: 29) Noncoereive Wduct Rnr Labor ar ServiWes, As a nwWovenimeoltal maRy sub-nittAg at proposall. exectiting, ('w extending,a contr�act vvifl,t a governnioil enly, Unidwor is required to provide ain affidavit under pont1hy ofpenjury allesOnly that Comnictor does nil use coercion Px- labor or services in accordance with Section 787A6. Wida Statutes. As an awhor%j rep msentadve of(Amtractor, l certify under penalties of loge 10 of I<:l 699 or per'jury t1lat ("onn-acior does not use Coe rco in f(ir kbor services " s p rrohibited by Sect ion 787,06. Addkiomnlly. Contrictor has reviewed Section 787.06, Florldia Slatutes, and agrees to, abide by 30) Nondiscritnirtation, 11le ("ontraclor ""Ind County "agree that there will be no discriinination against any person, and it is expressly undc.rstood Ihat upon as cfeterrIdnation by a court of conlpelent jurisdictioTi lk"11 diseriminalion has OCCUrred, this Atjreement k111(0M1,&CdIlV ICIATTiMates withoffl any, on die, parl ofany party,eA'flecdve the date ofthe Court order. Coninactor agrccs, to cornply wilh all Fedcr,,fl and F'lori&,i staltiles, arid all local ordiltances, as applicablic, refifling to ricmid u sscri I'll i fiat i on These include bUl M-C, flOt limiled 1w I) I]fle VI ofthe Civil Rights Act of 1964(PL 88-352) which prohibits discrimination 11l enqfloyineill On the hasis of ract%color, rcligion, sex cir national origin; 2)Title IX offlw Elducation Anicndincrit of' l972, ,,l,s amended (20 USC ss. 1681-1683. and 16855- 1686), which prohihids,dkerimination on (lie basis of sex, 3) Sccliorn 504 of the Rel"labilitation Act of 1073),as ail'iended 420 USC s, 794), which prohibit,,) discrinninalion on the basis of disability-,4) The Ag,e, Discriminalion Act of 1975, as amended (42 LJSC ss, 6101,-61107) which prohibits discrimimation on the basis of age. 5)The Drug Abuse Office and Treatment Act of' 1972 (PL 92- 255), as amended. relating rod nondiscrinlinalion on the basis ofdrug abusc:, 6)1'lle Cornprellensive Mcohol Abusc and Alcoholism and Reba bifitation Act of 1970(PL 91-6 161), 7) The ,is, amencled, relating to nondiscrimination: on lire basis, of' alcohM abUSC or alcoholisni- Public Health Service Actof 1912,ss.523 mid 527(42 USC ss. 690dd-3 and 290Qe-3).asan,voided, i-e atitigt(.ncoiilidei,ithnfil.y ol'alcohol and drklgahusepatient records. 8)"FitleVIII ofthe Civil Rights Act oll" 1968(42 USC & 3601 et seq.), as amende(L relating to 11011(jiscrimination ill tile sale, rewal or finaneing,of housing; 9) The Americans with Disabilities Act of' 1990 (421 USC s. 12 101 Note), -i (it)the hasis of disabi I Ill y, 10) as many deed amendedi from, time to tirne, rel"fling to nondiscrintirmfioi Monroe ("ount y Code Chapter 14. "article H, which prohiI bits discriiiiination on the basis ofrlce, c0lor, sex, religion, mational odgin, aricestry. sexual orieranfion, j!,cnder identity, or expression, familial status or age- I I,) The Pregnanr Workers, F�,,flrness Act (P\krFA) I'mIrsuant to 42 2000g,g et s(,(I,, and 1!2) Any other iiondiscriinij,j"itjon provisions ki any Federal or state st,,,,kites which may apply it)the parties,ro, or the subJect malter of, this Agrectnenl. 31) E-Verify Requirements Effective Janutry 1. 2021, public and, private eatploycrs. conixactc)rs and subcontractors MUSt require registralion Nvith, and use offlie El'-vo ify system in order to verify the work authorization status of all newly hired employees, Comractor acknowledges and agrees ton Lifflize thic U.S. DeparlIneM of I lonieland Security's `-Verify System to verify the eiriploymeml cfigibility c)f` All persons mriploytd by Co niractor to per-form employment dufles wilhin Ilorida dunrip" the lemon of the contract., and b) All persons(including siAbvetidors/w;ubcot'isiii,tatits/sLibcoi,litr-aciois) assipy led by Contractor, to perform work PUTSLIarll to dIc Contract %vith tile, ("Ounty. The Contractor ackii owl edges and,agrees that ase ofthe U.S, l-)ef,-iirwnent off lomeland Security's F-Verify SVS[eill dUrhl , the term ol'the conlrael is as con(fition of he contrad with lhe ("cninly. By entering into (lie(',,,'Onlraclor b0collne's obligated to Comply with the plroviso� ns of'Section 448.095. I`Iori(Li Slawles,"Employment F,ligibihl)/,"as arnended from dinie to thrie.This includes, btit is not finflied ten, utflization of'the L-Verily Systeili to verify the work authorization status of al�l neMy hired! employees, and reqtdring all �,,,mbcontradors to provide all afficlavil to, Contractor attesting 1hat the subcontractor doe,,.,, riot en"Ifiloy, eonlrnd With,or sul,"Wontract With,all unaLlth(M-1zed alien. (.,,ontractor 'agrces to Illailimill a copy of such, affidavit for the duration ofthis Agreement, Failure it)comply with dli,,' paragrapi'l wih result in the aermlnaflon of'OV'i Agreen'rent as pr(wided in Section 448.095, Florida Statutes, as ailrlended, and Contraclor timy not be awarded a public contract for al least one (I) year after the date on which the Agroement was ternihiated. Page f I o f, 1 4 700 Commetor "Al So he 11111c R any additImal costs to ("cninty incurred as a result of tile lermination of 0ils Agreeivort in accord nee wRh Mis Sec0on. Uponr executing, (his Agreernent. Contractor wvill provide. proof of enroOrnent in kneMy to he Cbunty. 33) ProhHAtat! Telecornmunications Lquipment Comm represems and cenVes that it and As dpplicable subcontractors do not and will nO use any equipment, sy Mom or sav We I hat uses covered Wkewnmunicathmis eqUIpment or servkes as a substantial or essential component of system,or as critkal wchndogy as pan of any system. ,,as such ICITTIS are USCd in 48 (J"R, §§ 5220404 dwmyh 512N,-26. By executing this Agreement. Contra0c.)r represents and Cerliflies that and its applicabic subcoraraelors irrust nc)t pra0de or use such covered lelce(mvinunicatioin equiprnent, symern. or sendeo Rw any scope of' work pukwnwd Rw the Cowny Ar Ow emhv durwbn or ON Agmement. 1f Comoods nwified of any use or provisions ors"ch covemd Idecornnnudealknis eqjOpment. syslerniv SaKeS by 'a subcontraclor at any Her cur" by any coller sotwee. Urimtor rnuA promptly wpom the infonnadon in 40 CFR § 522042jdXQ to Cowuy, 33) Amitt-ust Violatimus; [knial (.,)r Revocation under Section 287,137, Florida Statutes Pursuan"a Section 287,137. florida SWILKS,as unary' pie wnmWe?a persm"v an affilime who has been pWced on the antitrust violalor vendw, HM(clectrunkally publikhed rand updated quarterly by the State of Fk)ilda) RAlowing a cowictimi or behig held civilly 1[alde Aw an arlthrust %doladwl may not submit a bid, proposd or reply Ru any new contract to providearry gocids or ser'ylces to as ptsHc entity; may not SKY a hU proPAM, or remy flor a new contract w lh a public entity for the construction or rpair of as PuNic building, or pubhc worle; may not submit a bard, proposal, or reply on new leases of real property to a publie entity, rt aye not tv awarded or perl'orni work as as cmramor,S"plor.Mhcm4ractor,orcol)SUftant UIKICTal 001V C011010 with at public entity;mid way not traiisact new burliness whh at pubhe craly. IQ/ eming this Agmenaol COndador ce=cs neither it no its aMUc(s) mr on dw anthRm violum voWor HM at we time or man as Agreonerk Ildse cerdfication under this paragraph or being, suhsecit,wntly added to that list will result in tertnimation of IN Agrvmneman No option of Me Cowuy consiswnt with Section 28TA37. Florida Swum to amcrWed. 31 Pdagu; Arrierilment 'His Agremsetv unwhuies the enike Agreemmit between the Contractcw and tile (�'ounty, and negodatiorts and oral tunderstandings between the parties kwe maged hovin. Ilk Agivernera can be, sup piernenled and/orantended, onY by u wom document execuWd by hoth Me Commew nd authoilzed desigilees of the County' 35) InUrprOadon The tithes and headings comahwd in thUs zkpee ment are Cor re(iroree purposes wdy and will not in any w,.,q affect the meaning or interpretation r,A this Agreement. All personal pron(mits used in this Agrecrnoa hw5de 1he odwr gender,and the singular includes the phiral, and vice versa. uIlless tile context other"Ise rcqLdren Turns such as -hereid" refir to this Agreenient as as whole and not to any particular scruence, ImmgmNy or mcdon where dwy appear unfess the cmilext o1i'lerwise ivquke& Whenever relbrence is nude to a section or article of this Agreernent, such reference is to the section or artick as a whole, AwkwiOg aH suhsectiolis 0'lereof unless the reference, is made toapanicularsubseedonorsuhpamgmphofmxhsediminraricly Any t0hrence to-days"m cans calendar days, trnless otherwise expressly staied, 36) Joint Preparation It is acknowNdged tat each porty to this Agmetrent had the opportunity to be represented by counsel in the pTeparatJon of this Agreeriient and accordingly the rule that a contract will he Page 12 or 14 701 interpreted strictly against the party preparing sarric dons not apply herein clue lo the Joint contributions ofboih pat-ties, 37) Severability; Waiver of Provisions Any pmvkbn in Ns Agmetwon dial is IMAbned or unenforceable in auyj urn ,diction NvM, ass to thAt JLHIS(fidi0n, be h1CMUNC tO the extent, of such prohibilion or unenforceabdily wilhout invalidating the remaining provisions hereof or a(f"ecifitg lhe validily or enForceabilit), Of'SLICII provishns in any ulhajurkdANZIN nonanRmvernma of any pwMon by chher pamy MH not constitute a mmWe"IM proVion nor M11 it A'fect flic, enforceabilky oftfial provision or offlic rerna,irider of d fis Agreement. 38) 'Sp gna(or y, Authori(y I Ipon request the CAnAractor rutmi pmwWe the C%uMy %Oth copies of' requisite docurnerilation Morch,tht We signator,y I`or Contractor has fl-w authority to enter into this AgreefrienI, 39), COUOterpUtIN and, Multiple Originals. Ths Agreemaw nlay he execMed in rnuhiple orighmis,and! may be executed in,counterparK each ofwhich is hcrQby deemed to be an (wWir W. bw aH of which, taken wipAher, COMMAS one and the swre agreemem. [Sitn"wtures to Pap 13 Or 1,4 702 IN 'ATIMSS W1 I FORT Counly and (AwIrector haw executed his Agreeniem:to pmvWe wrKes asawlated with he transportmion or human rnnains as ofAhe doe Ibst wduen above, CONTRACTOW CNIJP OPERATIONS IN(% d/b/a ]WAN LOPEZ FUNEIIAL HOME, 13Y C'NUP HOLI)INCS INC, ITS SOLE MKIANAGEIZ By-, ....... y �sident s'rA'H�,, 01 1:1,ORU)A, (U.JNTV OF` Monroe '-- --................... The I'oregoitiig instrument was sworn toonlinned and ackmowledged befbire nie by nicaris of 3 physical presence or [-1 onfine notarization, this 18" d(m, W- August 202 by Peter Batty thesident [or Authotity INC�d/b/ LI a 1)I`,AN LOPEZ NERA J'"`,,-as authorized on behalf ofCN1JP HOLDINGS INC.. its sole manag he i!er- I le/S s personalt known to ime/or has produced Driver License, Me of ldmgHkadon) as i d c i i t i J"i c at i o n. ...... ........ SlnMwv of Natwy 14% "M STEVEN REMES Steven D. Reeves U734087 My COMMMSON,,#HH 5:73487 ...................................... ... .............. .......... �p- (140 AE Starrip CammWorted hiame of-Notary FWWW) EXPMESWul Sk 2US BOARD OF COUNTY (A)VINUISSIONERS OF MONROE CO(JNTY, FLORMA: BY:............. . .................. ...... ----------- klayor,Iaines K Scholl (Set) Attest: IBC viri Madok, 0erk .... ......................... PM, APPRONME,AS 10'FOR.M AND LEGAI. SLT,-F[CTENCY MONROE COUNTY ATTORNEY'S OFFICE, 01titliss, We U&I U25 Qu 14 or 14 703 "EMBIT'A" ,rRANSPOKINTION OF HUMAN REMAINS SCOPE OF SERVICES 1, zlyaAdvilhov for Service Cajh�,a 1"he Contractor shall he available to sLqvly the required services twenly-four (24) hours a clay, eveq calendar day, ol"the year, 1-or purposes, of dds Agwernent. the awa(s) k) be served will I-,ic within klonrcie C'oun,ty, Ilorida (the "Ccnulty"), MEO is the DIC(IiUll CXalninCr for the COUnty alit] aiay also he referred to as the Xbunty" within the let-ins ofthis Agreement. 2. Minin �Lt_0 L_R_�L(j LI�N 11—1t L11 : RqqqjWqnNqnj "rhe Ccmuracuir shall possess a current and valki state 11mise to perform removal services, as required in. accordance with Chapter .497. MunaW. Cernewry, and (,onstitner Services," of the I-lorida Statutes, and specifically Scethn 497385. FW. SWL. as 11-tay hie amended rron,1 tinle to tinic. Conlractor's license shall be ontintAined and retimin in good standing Ar the duration of this Agrecrinew. L"dated comes or iwensew shall he supplied to the ME0 LWUrl the renepwal, aniejidinenl, or in(WiMnGon ordis ay, reonem. A. Vehicles Contractor shall pnwWc and keep in good and sn-viceable condition as sufficient 111,1111ber ofvchicles to allow response to one (1) deatti scene at any given dtnc� (,)lie ( 1 ) vehicle shall be available and capabb of handling bodies up to one thousmul (1100) pounds. Vehicle types shall be as hems, van-type vehicle. sladon wagon or o0wr agreed upon vehic[c. All vehicles' shall be sutject to approval of the MEO (kwhg the temi or His Agreernem. Fach velAdc shall be equipped with,at least one (1 ) 1"erno Model 24 orl'ouny apgoved equivalent stretcher and have the availability to Wilize a harimdc stretcher with workable rmwilus or equNalent. Fach vehicle shall also be cqu4Mcd with an UUXiliary portable stretcher Nvi'th workable restrairit, Each vehicle shall have as locking iiiechanisni to 0mobdize the swchers when in transit, Contractor shall pmvWc and =Wain its stretchers in good condidon at all tirnes and having stretchers serviced with preventative rnabitenance at least minualo, The MEO shall reserve the right to approve the, qTe of swc1mr used and Ui approve any suhsthudons proposed, 'I'lle Contractor shall not use any stretcher Unupproved by the All vehicles and all equipment shall be cleati and frec of' any, contamination at W I dmrq and shall present a prol'essional appearance. 13. Communications Equipment Contractor shall niaintain im,-'ained operable telephone service at all tini,es, MeutN+4()Ur(24) hours per day. every calendar day of the yeanContractor shall equ" each vehicle and each empkqec on duty Nvith a mobile telephAme and pmvWc the currentJupdawd staffnaincs with their Mcphorw ournbers being Ltsed to the NAM Wat any We Conlractor Adlirs an Unforeseeable or Wavoidable breakdommAi its tekpNme say1c. Conlractor shall ininlediately nc�tify the Nll','O so that ternporary, alterruative rnethods of cornmunkatkni can be aumVe(L 4, N/lUnurn Personawl R.MuiLejjieqLs A. EQuyce BackgmAnd Invesligation/Critninal I fistory It shall be the We expense ofthe Comm to pnwide the MEO with a record ofcriminal history background investigation fc)r all of Ccmtractoes eniployccs working on this contract (CxiSfirlg arld nCNV hil-CS). PUT'SUallt t,O Section 497.142, Flat. Stau as tonended frorn time to time. irat any throe the M['',O determines that the content ora Imckground it iis inappropriate 704 Or Ofllel-WkC 1101 Suitable. or that the indivIdual is orquestionable character and integrity For the sens it ivc and con ridentia I nature or me nxovcq and transImation of hunian remain& the WO reserves the right to req,uest the ininicchate renioval of the individual in question front all convacaml dude, Inhe Contractordoes not ininnediately rernove the individual in question froin all contractUlli &JOCS, the klt',O reserves, me right tam terminate all contracitu.0 services.j` B, Vehicles an(] Starr Such vehicles and staff, at the dime they are usecl to fulfil] the c6figations under this Agmement, shall not lic used to rulfill any obligations the ContracUir inlay have to any other pemon or emOty Imusuant to any imher anangement or contract, except when otherwise allowed Pursuar-a to Ouvorization lot' Lille Mr,"'O. Contractor personnel shall present as neat, clean, and proksMonal appeanince at air times. Contractor shall provide to the Nff,,() as list of all personnel assigned to Monme Clourtly. alongwidi Be addi-encs and telet:ihone numbers ol'such personnel on a quarterly basis and upon request. C,'otinvoor AaH be responsible for employce health and safety trainirig as applicabb under OSPA regidatOns anti Air providing its personnel "ith apFopdatc pemwml pnumtive eqWpmo;MjPPE) fcrr OSHA comp I i,.i rice ait death scenes. Copies of enjAloyee heakh and Why training certificates shall lie kept on file in (lie Contractor's office for insixction, as neccssary, C Supplies 61 PPIE The ME may, in his We dkerethn. ptvvide Contractor with as suppll.y ol' approved body bags for the tmnsportation or me hils) casec The FM[`,O may also supply bioliazard bags, infant body bag& identiAcation tangs, seals, and forms to the Cimtractor at no charge. If not, supplied by die MEO , Contracuor is resluinsiNe Ru the provision orsaid herns to PulFill in obligadons tinder the Agreement. Contractor shall supply all disposable FINT mataiM needed U) meet the requirenients of this i%greenient Ar Me safety cW its penatmel, D. Corifidential Information Ile (Vindamr, nor any of its emliklee, agwAn or odxr persons In any cormec6on with thC nae w wy o inforillationeonracor, sananynnr, wa y which would lead U) disclosirig the name(s) or aWcm of the deccderfl. or, his/her next-of-kin or relatives, or any other hirornialion concenung circuaistances of' death. In the event of such release ofinkwi-rialim. such unilloyce or agent or the Gmtranor shall he subjeu to immclate dim-nissal and this Qixemcnt may be ternihiated at the option ofthe MF.',0- Pro,*ject Mariager Comm shM I designme an i mH v idund to act as as IW I time Pnijuct Manag,er, wbo ,dial I be responsihle flor the Contractor's conipetence, thricly periarniance and full"Himent, of the responsihilities undcr this A.grcenlent. Ile name or this designated, individual anti telephone number(s) at whicl-i this individual may be contao,ed on as twernydbur (24) hour bask dmil be provided to the (,'ounty and the MFO.The 1/1130 or histherdeignee anti file Contractor's Prqject Manager shall meet on a monthly basin or as orten as needed, to ensure corn 1-flai tits are being addrerss'ed and solwitms thown-riked. Ile County or Ml'.-',O may require Ow (Anitractur,by valten request, to submit xviritten responses or docurnentalkni in respcmise Ui complaints or pmhlurns rebted to the (Amitmewls dudes and obligations herein, which rnay come to,) (lie attention ofthe NAEO or Monroe Coung. All such "milten resl'.)onses are due to the MEO idin ten (10)caNdar days of the (Tomradin being notified of the compbOrs or pmblern, ITere shall be race advedkements affNed or Tylilayed to cider be inwrior orextm for r,ifally vehicle utilized Laider dais Agreemem%vkh the exceNion of the Citintractor's name.No advertising niateriall orany kind shall be disptnwed by(Intralatir's pasomict drivers and/or attendaMs, 2 705 6. Location Reniaiw, shall be transpo t led filom the scene or location ol'dcath to the ME."O k")caled at 566.39 Overseas I lighway (On Gmassy Key), MaralhN rn, IT 331050, Sc:nle circunistances shall require tile reinains to be transported to louations, other than the ME;(Ys 1'(,).r additional exarnin,ation(s). The ,1 :11 ,Iternate location(s) may be in another county within the State of FAorida. ,7. 11"'11'e(FLIC11CIV ot,SerViCe There is no guarantee Of" ZI Millinlum liumbu of n-alisports. TralISPOI-tS Shalt be C011dUCted on ari as-needed basis., 9. Time Fraines for Pick Llp..�...LttLd )jjiveries (".ontractor shall be required to arrive on the death scene or location anywhere within Monlrcw County fin- pick, tip Nvithin tour (4) hours aller receiving fill'st notification of a death. WFITIOUT EACUITION, If' thcre are any dekays. Contnucm- sliall notify the Medical Furnincr, cat his designee. as soon as possible. advising ot're"I'Son delay and expected trivel time. 9, Procedures I"(.,)r Pi nd Relim.)-val (,&Medical Exaniiner Cases Lj�L M130 personnel "Jil dispatch ("onlractor by calling ease inflorniation into the ("ontractor's designate(I phone number. Ul,')on receipt 4A' case in6ormation. the C.'ontractm shall 4ni-nediatcly dispatch personnel for 111C pUrpose of picking up and transporting reamins, to the NtIl"O or other site as may he designated b',v authorized personnel ol'the MF 0. In exceptional circumstances, MEO personnel rilay dish-arch and give direction to Contractor's personnel as king as SUCh Pef-SMIIWI alSO int"orm the Contractor's li'min OftiCe aS ClUickly as possible. All scene removals involving law C111,61-cenicnit at the scene shall be accompanie(I by ,,I completed N1EO Investigation Forin From [tic la\vcrrtaarccraaeiak agency handling the death nave sti ggation, Law enfinvenrictit on scvnQ may odvise they will fax or C-1114111 [lie (onn instead, The only articles to accc)inpany a kill'0 case are rnedic,al/hospital records, x-rays, niedications, k1horatory spcelf1lells, or any article oil or attached to the body. The C ontractor shall, aitach an identification to the right ankic, ori, \vinch shall lie prinledthc nanieofthe deceased (il"known), Nfl"(),case number, sex,and the race ol'the Individual. 11' the flame is not known, the word "UNIDENTIFIED" shall be printed in place cat..the, nanie. Likewise, il'the sex and the race ol'Ilic individual are not knmvii, the word "UNKNOWN" Shall be primed in place c,)f this inforniation� Contractor shall place all rernains in the approved hody bags, The body l3ag shall bC SC,110d (thl-OLIL 11 the ZiPPCT- C10SUIT), fly Ml idelltifiCation tag; or numbmd sea) that bears the decedent's rank (it'known), the N11"O case nun-iber. and (,lie sex and race ol'the individual (°i4'known). l,"xcept 1'(,)r clothing worn tiy the decedent, the ol'Itractor a~laaall atternpl to relcarse the persomal effects and VHIUdblCS of`the decedei"it to ImN, enforcenient personnel or. hospital StatTat the Scene (i.e., articles o1jewelry. luggage, other apparcl. cosmetics, currency, pi,irse,,, wallets, identiFication cards,. etc,) It Itm, Ciltbreement or hospital staff elects not to take possession ol'the vahiables (it" personal effws at the scene, these items shall be inventoried oil the transport lbrai and Ill'ie Medical L,,,xamjner, or his desippice., must be notificd by, phone. The inventoried Items shall be transportel(I tk) tile Ill a container sQalcd wvithini the body bag. Medications shall be transported in as bag or container that has been scaled at the time of'acccptatice of the reinains and other articles at the wene. This bag or container, once scaled. slizill not be opened, and shall lie labeled "hag o f med icaafiol IS" on the properl y 1'orrn l n, cases o Hiomic ide, the hands shall be llagged, the body shall be handled mininially, and all pers(inal elrects shall reniain in place With the dvCeden't. Contractor shall Ct)0I-(1iaate preparation and transportation Protocol 706 widi the hledicnI Exarnine; or hix-deskgnee.A uranspoTt form sluill be completed by dw(Onsaw, lisfing dine Clispatched, linic of"arrival on scene, time delmd,ed from scene and arrival thtle at the nungue. Ile Form shall funher legibly list the MEO cage number, r191.1nic, age, race (il"decedent, address/location of pick a, narric of Imv entbrcernent uppicy, law enhweenrient invemigator's name, police case report muriber of the agency, Jim of articles call sport ed, and the signature of the police invesdgaux Ifthe name of the decedent is not know the word "UNIL)EN]"'IFIED" shall be pdnWd in phlce of the name. All Orms shall be cmroeWd arld attached to any other records and placed it a paper [xag thal shall be placal atop the body bag, %vhen lflaced in refrigerated summ, Ile decedoN name and Or MIT case mane ber shall he pHnWd ori the exWdor or flee body hag in as conspicumis location, in letters no less Tan lave, (5) inches in heighL At die morgue, Contractor shall transfer Ole decedent Lo as tray. Using dUc care to preserve the integrAy of the body and any associated COL10FICC. wrnJOUT EXCIVISION. all hurrian remains shall be placedoll the nonsporl-t gurng, and tray FACT,, LJR unless otherwise dimewd by MFO pemonawl, (Anvactoshall enter decedclit, inforinalk-mi into the logbook on the counter in the n1Ot'gLJC, at the time cil"dclivery. In the event the remains are accidentally dropped, buinped, or suh�jected to any other tratimatic mishaps during removal and/or transport.ahe Mar ustances shall he relayed to the Ml--,.',O staff"as, SCK)n as possible, All spills or Wage of body fluids shall be c1cancd up by the C',ontractor, Soiled/contarninated gloves, 111,14 etc shall he pKed in appropriate containers for proper biohazardous, disposal. Contractor shall follow OSHA guWdhws at all threes as they apply to the handling of" bioliazardous rimaterials. Furthermore, Contractor shaH carry within the transport vehicle.,; an appropriate container and appropriate hiolhazardous bags R,)r transportation of contarninaLed materials. I"he MF,,,0 agrees U) pn)vide appapriMe hhhazardous bags and further agrees to dispose ofall properly scaled hiohazardom bags used to carry otit the coninact services. During periods of thme when the MF,() is closed or NUM posornwl am not pmsess to accept he remains, Contractor AM! mahuain cumbi of the human remains or RAW Rwh Wwr directives giveil by the Mediad Exarnkler, or his dedgime, 10. The Contractor will he pAd per trip Rw removul and Ownsportalical ofeach body withiri Monroe County, vvith occasional pickLIPS and/or deliveries to or frorn amdgwms comAiew Ile cost pmqdp shall be $450, All labor. SUPIflies, transpcwtation. overhead, em. shall be MUM in Be price per trip for the rein oval and Lnuisruml of the remains of deceased persons. \NhOe or ill Part, fi-om the place where the rcmains Marc, kwated to the NIFO. This Agreenient shall he solely between the named parties; theref6re, no fees or payments for services shall he issued to the, Contractor by anyone other than by the MliCi, Accepwrice or hinds in any rnanner (Le. contributiony gifts, personal effects. gyatuhies, ev) W family nwrnbon or Me deceased SHALL BF�', til^tOUNDS F'OR IMN4l'-,,'F)JA:W TERMINATION OF THIS /%GRJ,,,T"M'ENT' End or Exhilhit] 'it 707 DATE(MM/DD/YYYY) ACCOR" CERTIFICATE OF LIABILITY INSURANCE 8/12/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Key West Insurance PHONE FAX 3152 Northside Drive, Unit201A A/c No Ext: 305-748-2134 A/c,No:305-748-2134 Key West FL 33040 ADDRIESS: INSURER(S)AFFORDING COVERAGE NAIC# License#:L1004601 INSURERA: Hartford Underwriters Insurance Company 30104 CMJPHOL-CD INSURERB: Nutmeg Insurance Company 39608 CMJP Holdings Inc dba Florida Keys Funeral Service dba Key INSURERC: Hartford Fire Insurance Company 19682 West Mortuary dba Dean Lopez Funeral Home 418 Simonton St INSURER D7 Key West FL 33040 INSURER E 7 INSURER F: COVERAGES CERTIFICATE NUMBER:378548596 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MMIDD/YYY MMIDD/YYY A X COMMERCIAL GENERAL LIABILITY 21SBMBB2VME 10/31/2024 10/31/2025 EACH OCCURRENCE $1,000,000 CLAIMS-MADE � OCCUR DAMAGETORENTED PREMISES Ea occurrence $1,000,000 Y MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY❑ PRO ❑ JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 X OTHER: $ B AUTOMOBILE LIABILITY 21UECDR2997 12/2/2024 12/2/2025 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED Y AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident A X UMBRELLA LAB X OCCUR 21SBMBB2VME 10/31/2024 10/31/2025 EACH OCCURRENCE $5,000,000 EXCESS LAB CLAIMS-MADE Y AGGREGATE $5,000,000 DED X RETENTION$1 n nnn $ G WORKERS COMPENSATION 21WECBB2WDB 10/31/2024 10/31/2025 X PER ETH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Monroe County BOCC 1100 Simonton St Key West FL 33040, AS ADDITIONAL INSURED. APPROVED BY RISK MANAGEMENT BY CERTIFICATE HOLDER DATE 8.15.2 CANCELLATION WAIVER NIA X YES SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County BOCC 1100 Simonton St AUTHORIZED REPRESENTATIVE Key West FL 33040 -- /' ( ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 708 0 0 ti Date: 11/6/24 To: Purchasing Office From: Sheryl L. Grah° ' Sr. Director, Monroe County Social Services Subject: Sole Source Procurement for Agreement for Disposal of Remains Chapter 7, Item A of the Monroe County Purchasing Policy defines sole source procurement which is exempted from formal competition or price quote requirements. The Sr. Director of Monroe County Social Services Department does hereby certify that this procurement qualifies as sole source. There are three (3) agreements the County seeks to enter into with each of the funeral homes in Monroe County that are owned by two (2) different individuals: Allen Beyer Funeral Home (Tony Allen); Dean Lopez Funeral Home (Peter E. Batty), and Key West Mortuary (Peter E. Batty). These three (3) agreements were entered into with the only operational funeral homes in the County. Due to the statutory nature of the service, local funeral homes are needed, therefore, quotes for the service would not be sought outside the County. A(.%'REEMFN'F between MONROE COUNTY, FL and CM,IP OPERATIONS INC. d/b/a KEY WEST MORl"IJARY .Pr Transportation of Human Remains THIS A(:,REEMFINTis made and entered into this 10" day ofSepternber, 2025, by and between the Monroe County, l"lorida, a political subdivision of the State of Florida, with principal offices located at 1100 Simonton Street, Key West, Fl, 33040 (the "County") and CM.11) Operations Inc., d/b/a Key West Mortuary,a Florida.corporation with principal offices located at 418 Simonton Street, Key West, Fl,33040 (the "Contractor-) to provide services associated with the transportation of human remains. WHEREAS, funeral horne operators throughout the ('01.111ty possess the required credentials, equipment, and facilities to provide transportation services associated with transporting liuman remains; and Wl JE REAS, Key West Mortuary is willing and able to provide proper handling of-human remains and timely transportation services for the County; and WHEREAS, the County desires to contract with Key West Mortuary for firriely removal and transportation of human remains, whole or in part, from the place where the remains are located to tile Medical Exan-iiner's Office in order for the Medical Examiner to perform postmortem examination(s) to determine the Cause and manner of the death. Now therefore, in exchange lor good and sufficient consideration, the parties hereby agree to the following terms and conditions: 1) The Work/Services The Contractor 111LISt perform all work (services) for the County required by this Agreement, and as set forth below: a) Contractor shall provide services as described in E`xhibit A"—Scope of Sery ices,attached hereto and incorporated herein. b) Contractor must supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor must, comply with all OSIIA safety rules and regulations in the operation of equipment and in the performance ofthe work. C) Contractor must comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. Contractor shall maintain thrOUghOLlt the term of this Agreement, appropriate licenses and insurance as required for the operation of a funeral home. Proof of any such license(s) shall be provided to the County upon request. d) Contractor agrees to complete such forms as County deems necessary in furtherance of its ordinances and policies, and any relevant state- avid/or federal-mandates. The forms may include, but are riot. limited to: Certification Regarding Debarments, Suspension, Ineligibility and Voluntary Exclusion-Lower 'Fier l"'ederally Funded Transactions,etc. Page I of 14 710 2) Contract Amount (.'ontractor will perf'ortri contract requirements on an as-needed basis with pricing and ordering PUrSUaIlt to"Exhibit A,"attached hereto and incorponited herein. Payment Of all undisputed invoice submitted by the Contractor will be processed within thirty(30) business days after being stamped as received, or otherwise as provided in accordance with the Florida Prompt Payment Act, Section 218.735, Fla. Stat., is amended. C'ounty is exempt fi,,orn payment of"Florida State Sales and Use taxes. Contractor shall not be exerripted by virtue of the County's exemption from paying sales lax to its suppliers for materials used to fulfill its obligations under this contract, nor is Contractor authorized to use the County's Tax Exemption Number in Securing such materials. Contraetor shall be responsible for any and all taxes, or payments of withholding, related to services rendered Under this Agreement. Additionally, the Contractor is to Submit to the County invoices Will] supporting documentation that are acceptable to the Monroe County Office of(.1ork and Comptroller(County Clerk). Acceptability to the County Clerk is based upon generally accepted accounting principles and Such laws, rules and regulations as may govern the disbursal of funds by the County Clerk. 3) Agreement Subject to Funding The County's performance and obligation to pay under this contract is contingent upon all annual appropriation] by the l.loardOf'COLI]ityComiiiissioners. In the event that the County funds on which this Agreement is dependent are withdrawn, this Agreement is terminated, and the County has no further obligation under the terms ofthis Agreement to the Contractor beyond that already incurred by the termination date. 4) Conti-act Term The initial contract period is for five(5) years cotntriencing on the dale written on the first page of this Agreement("Initial Term"). A renewal of this Agreement may be accomplished in one(I)year intervals by the County Administrator exercising her administrative approval authority vested pursuant to the Monroe Count)/ Purchasing Policy Manual, as may be amended, so long as all renewals are made expressly subject to the same terms and conditions as provided herein, This Agreement may be extended for up to five (5) successive one (I) year periods (each a "Renewal Term"). Notwithstanding the above �tqy renewal authorized adrnjiljgrative�711.[St not exceed the total value of,,$j0Q,QQQ.00 without, the )rior Formal f112proval of the Monroe County, Board of Ut-ilt (.7orru-nissioners. As used lie 41, the "total value" is calculated b ad i e ily...............I..........................I_.............._--l—D ................. of each Administratively aUi,�roved renc,�yal Lt!5 'Illy I�LIhjc-added amendments after the Monroe County — L( _,_P Board of County imissioners' most recent fort L 5) Contract Extension Beyond the Term In the event services are scheduled to end because of the expiration ofthis contract,the Contractor must continue file service upon the request of the County's Contract Administrator. The extension period will not extend for more than ninety (90) days beyond the expiration (late of the existing contract. The Contractor will be compensated for the set-vice at the rate(s) in effect when the County invokes this extension clause. 6) Conditions for Emergency/Hurricane or Disaster It is hereby made a part of this agreement that before,during and after a public emergency, disaster, hurricane, flood, pandemic or other substantial loss that the Monroe County will require a "first priority" basis for goods and services. It is vital arid imperative that [lie majority of citizens are protected from any emergency situation which threatens public safety and health,as determined by the County Administrator. Contractor agrees to rent/sel Ulease all goods and services to the County or other governmental entities, as opposed to a private citizen or corporation, on a first priority basis. The County expects to pay a.fair and reasonable price for all products/services in the event of a.disaster, pandemic, emergency or hurricane. Awarded Contractor must furnish a twenty-four Page 2 of'14 711 (24) hour telephone InJulber in the event of such all emergency. 7) Independent Contractor This Agreement does not create all employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and riot the County's employee for any purposes, including but not limited to, the application ofthe Fair Labor Standards Act mininiurn wage and overtire payments, Federal Insurance Contribution Act, the Social Security Act, the Federal UncinploymentTax Act,the provisions ofthe Internal Revenue (."ode, the State Worker's Compensation Act, and the State U nern ploy men t Insurance law. The Contractor will retain sole and absolute discretion in the judgment ofthe manner and, means of carrying Out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered Under this Agreement will be Chose of Contractor, which policies of (_,"ontractor will not: conflict with County, State, or United Slates policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the County, that it had full opportunity to find other business, that it has made its own investment in its business, and that it Will Utilize a high level of skill necessary to perform the work. This Agreement must not be construed as creating any joint employment relationship between the Contractor and the County and the County will not be liable for any obligation incurred by Conti-actor, including but not limited to unpciid rninirnurn wages and/or overtime prernil.1111S. 8) Assignment and Subcontracting Contractor Must not transfer or assign the performance required by this Agreement Without the prior written consent of the Board of COUIlly orninissioners. This Agreement, or any portion thereof, Must not be subcontracted without the prior written consent of the County nor may the Contractor assign any monies clue or to become clue to him or her, Without the previous written consent. 9) Termination a) Termination for Cause and Remedies: In the event of'breach of any contract terms, tile County retains the right to terminate this Agreement. The County may also terminate this Agreement for cause Should Contractor fail to perform the covenants herein contained at the tirric and in the manner herein provided. In 1110 event of such termination, prior to termination, the County shall provide Contractor with seven (7) calendar days' written notice and provide the Contractor with an opportunity 10 cure the breach that has occurred. If the breach is riot cured, tile Agreement will be terminated for cause. If the County terminates this Agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this Agreement:prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract.; however, tile County reserves the right to assert and seek all offset for damages C81.1sed by the breach. 'I"'he rnaxiMU111 clAnOunt due to Contractor shall not in any event exceed the spencling cap in this Agreement. In addition, the County reserves all right,,, available to recuperate monies paid Under this Agreement, including the right to sue for breach of contract and including the right to purstic a claim for violation ofthe County's false Claims Ordinance, located at Section 2- 721 et al. ofthe Monroe COUllty ("ode. b) 1'ermination for Convenience: The County may terminatethis Agreement for convenience, at any time, upon ninety (90)days' written notice to Contractor. Ifthe County terminates this Agreement with the Contractor, County shall pay Contractor the sum due as ofthe appointed termination date, unless the cost of completion ofthe remaining work under the Agreement exceeds the funds remaining in the contract. The maximum amount due to Contractor shall not exceed the spending cap in this Agreement. Page 3 of' 14 712 to) Remedies The County reserves the right to recover any ascertainable actual damages incurred as a result of the lai I Lire of the Contractor to perl-,orni in accordance with the requirements of this Agreement, or for losses sustained by the County resultant froill the Contractor's failure to perl'orm in accordance with the requirements of this Agreement. 11) Insurance Requirements Contractor shall obtain and maintain at its own expense the insurance coverages listed within this paragraph prior to commencing service under this Agreement. All insurance requirements provided for in this Agreement shall be Subject to annual review. Depending oil the extent of contractual obligations incurred by the Contractor, the below insurances will be required. Insurances can be altered via written waiver by(_,ounty's Risk Manager, if required. 1"he(.'oil tractor Ill List keel) in full force and effect the insurance described during the term of this Agreement. If the insurance policies originally purchased that meet the requirements are canceled, terminated, or reduced ill coverage, then the Contractor must immediately substitute complying policies so that no gal) in coverage Occurs. Copies Of Current policy certificates shall be filed with the Monroe (OLInty Risk Department whenever acquire(], amended, and annually during the term of this Agreement. Prior to execution of this Agreement, Contractor shall furnish the County Certificates of Insurance indicating the ruininiurn coverage limitations in the following amounts: a) WORKERS COMPENSATION AND EMPLOYER'S LIABILTIV INSURANCE. Where applicable, coverage to apply for all employees at the minimum statutory limits as required by Florida Law, and Employee's Liability coverage in the amount of$500,000.00 bodily injury by accident, $500,000,)0 bodily h1jury by disease, policy limits, and L500,,000.00 bodily injury by disease, each employee. b) COMPREHENSIVE AIJTOMOB[t.,E VEHICLE I..1AI311,xry INSURANCE. Motor vehicle liability insurance, including applicable no-fault coverage, with limits of liability of not less than $1,00 000...00 per OCCUrrence, combined single limit fOr Bodily In jury l,iability and Property Darnage [.,]ability. If single limits are provided, the minimum acceptable limits are $,5.000Q0.00 per person, $1�O00 (L0L)00 per occurrence, and $LOO.000.ao property damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. c) COMMERCIAL GENERAL LIABILITY. Commercial general liability coverage with limits of liability of not less than _$1 (L(�(_)(L0.000 per occurrence combined single limit for Bodily InJury I.Jability and property Damage t.Jabifily. Such coverage ITILISt include, as a minimurn: I"rernises Operations, products and Completed Operations, Blanket Contractual 1-Jability, and Personal Injury [Jahility. Ali Occurrence I"orni policy is preferred. If coverage is provided oil a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition,the period for which claims may be reported should extend fora.Millifullill of twelve(12) months following (fie acceptance of work by the County. d) CERTIFICATES OF INSURANCE.Original Certificates of Insurance shall be provided to the County at the time of execution of this Agreement and certified copies provided if requested. Each policy certificate shall lie endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the County before any policy or coverage is canceled or restricted. The underwriter of such insurance shall be qualified to do business in the State of Florida. 1frequested by the County Administrator,the insurance coverage shall be primary insurance with respect to the County, its officials, employees, agents, and Volunteers. Failure of Contractor to comply with the insurance requirements ofthis section shall be cause for immediate termination of this Agreement. Page 4 of 14 713 MONROE COUNTY BOARD OF COUNTY COMHISSIONER,S, 1100 SIMoNTON STREET, KEY WEST, FLORIDA 33040, MUST BE NAMED AS ADDITIONAL INSURE-1) AND CER TIFICA TE HOLDER ON ALL POL ICHE'S EXCEPT WORKER'S C OMPENSA"ON. In the event that the Contractor Subcontracts any or all of`the work in this project ject to ally third party, Co ntractor ontractor specifically agrees to identify the County as an additional insured oil all insurance Policies I-OCILlired by the County. In addition,the Contractor specifically agrees that all agreernents or contracts ofally MAtUre with his subcontractors shall include the County as additional insured. 12) Indeninification & Hold Rarnfless a) The parties agree that one percent (1%) of the total compensation paid to Contractor for the work or services under this Agreement constitutes specific consideration to Contractor for the indemnification to be provided under the Agreement. Notwithstanding any minimum 'insurance reqUil-CITICIIIS prescribed elsewhere ill this Agreement, the Contractor shall defend, indemnify, and hold the County, and the County's elected and appointed officers and employees, harmless from and against any claims, actions or causes of action, any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, title, penalty or business interruption, and any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with: (A) any activity of the Contractor or any of its employees, agents, contractors or other invitees during the term ofthis Agreement; (13)the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of the Contractor or any of its employees, agents, sub-contractors or other invitees; or (C) the Contractor's default in respect of any of the obligations that it undertakes Under the terms of this Agreement, except to the extent the claims, actions, causes oi'action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than the C.ontractor). b) Nothing contained herein is intended, nor may it be construed, to waive COLInty*s rights and innuLluitieS under the common law or Section 768.28, f,'lorida Statutes, as amended from time to firne; not-will anything include(] herein be construed as consent to be sued by any third parties in any matter arising otit of this Agreement. To the extent considered necessary by the County, any sums due Contractor under this Agreement may be retained by the County until all of the County's claims .subject to this indemnification obligation have been settled or otlier\vise resolved,and any arrount withheld is not subject to paynlent of interest by the County. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that OCCUr during the term ofthis Agreement,this section will survive tile expiration of the term ofthis Agreement or any earlier termination ofthis Agreement. 13) No Personal Liability No covenant or agreement contained herein shall be deemed to be a covenant or agreement of ally member, officer, agent or employee of County in his or her individual capacity, and no member, officer, agent, or employee of County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason ofthe execution ofthis Agreement. 14) Discriminatory Vendor List Contractor hereby acknowledges its continuous duty to disclose to the County if the Contractor or any of its affiliates, as defined by Section 287.134(1)(a), Florida Statutes, are placed on the Discriminatory Vendor List. Pursuant to Section 287.134(2)(a),Horida Statutes: "Ali entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract. to provide any goods or services to a public entity; may not submit a bid, Page 5 of 14 714 proposal,or reply on a contract with a public entity for the construction or repair ofa public'building or public work; may 110t: Submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, Supplier, subcontractor, or consultant under a contract with any public entity; and may riot transact business with any public entity," 15) County Suspended Vendor List The eligibility of'persons to bid for an award of County contract(s), or enter into a contract, nlay be suspended Pursuant to sec. 2-347(1) ofthe M(.rIII-Oe County Code of0rdirrances. Ill the event an eligible Person is Suspended by the County after the contract is awarded, or a suspended person is employed to perform work (e.g. subcontractor in ,I bid or contract.) pursuant to a County contract, same shall Constitute .1. Material breach of the contract. The County, in its sole discretion, rnay terminate the contract with no further liability to the contractor beyond payment of the portion of the contract price that may he due for work satisfactorily completed LIP to the date of termination, and hereby reserves all other rights and remedies available at law or in equity. 16) Prohibition on Conflict of Interest, Gratuities, Kickbacks, and Collusion The statements contained in this Paragraph are true and correct, and made with the full knowledge that Monroe County relies upon the truth of the statements contained herein in awarding the contract for this Project. a) Conflict of Interest. Contractor covenants that it presently has no interest and will not acquire any interest that would conflict in any mariner or degree with the performance of services required. Each party hereto covenants that there is no conflict of interest or any other prohibited relationship between the County and itself. b) Gratuities. Contractor hereby certifies that it has not offered, given, or agreed to give any Monroe County employee a gratuity, favor, or anything of monetary value in connection with any decision, approval, disapproval, recormirendation, preparation ofany part of the Project or award of this contract. c) Kickbacks.Contractor certifies that it has not given payment,gratuity, or offer ofemployinent to be made by or oil behalf of a SUb-contractor Linder a contract to Contractor or higher tier sub-contractor or any person associated therewith, as all inducement of the award of a subcontract or order, d) Non-Collusion Statement. By signing this Agreement, C.ontractor certifies under penalty of perjury that the price proposed by Contractor was arrived at independently without collusion, consultation, Or C0111111 Lill iCat ion for the purpose ofrestricting competition; and no attempt has been nrade to induce another person or entity to submit a Proposal, or not submit, for the put-pose of restricting cornpetiflon in the award of this Project. e) Contract Clause. The prohibitions oil conflict of interest, gratuities, kickbacks, and Collusion prescribed in this paragraph must be conspicuously set forth in every contract and subcontract and solicitation initiated by Contractor in its performance of this Agreement. 17) Ethics Clause pursuant to Monroe County Ordinance No. 010-1990 fly signing this Agreernent, the Contractor warrants that he/she/it has not employed, retained or otherwise had act oil his/her/its behalf any forriler County officer or employee in violation of Section 2-149,Monroe County Code of0rdiriances,or any County officer or employee in violation of Section 2-150, Monroe County Code of Ordinances. For breach or violation oil'this provision the C(All"Ity may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount Of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee pursuant to Subsection 2-1 52(b), Monroe County Code of Ordinances. Page 6 of'14 715 18) Prompt Disclosure of Litigation, Investigations, Arbitration, or Administrative Proceedings ThrOUghOLIt the term of this Agreement, the Contractor has a C011tillUing duty to promptly disclose to the County,in Writing, UIVII Occurrence,all civil or criminal litigation,investigations,arbitration, or administrative proceedings relating to or affecting Contractor's ability to perform tinder dais Agreement. If the the existence of such causes the. County Concert) that. the Contractor's ability or Willingness to perform the Agreement is jeopardized, the Contractor may be required to provide the County with reasonable assurances to demonstrate its ability to perl'orm as required hereunder, and that its employees/agents have not or will not engage in conduct sirnilar in nature to the conduct. alleged in SLICI-I proceeding. 19) Notice All written correspondence to the County sliall be dated and signed by an authorized representative of the Contractor. Any written notices or correspondence required or contemplated under this Agreement shall be sent by U.S. Mail, certified, return receipt requested, postage pre-paid, or by courier with proof ol'delivery. Notice is deemed received by Contractor when hand delivered by national courier with proof oil'delivery or by U.S. Mail upon verified receipt or upon the date of refusal or non-acceptance ol'delivery. Notice shall be sent to the following persons: FOR COUNTY: f`0 R C 0 NTR A C'['O R: County Administrator CMJP Operations, Inc. Monroe County 418 Simonton Street 1100 Simonton Street, Room 2-205 Key West, Ft., 33040 Key West, FL 33040 Email: And (with copy to) And (with copy to) Monroe County Attorney's Office E'riCa HUgheS Sterling, Esq. I I I I I 2th Street, Suite 408 Spottswood, Spottswood, Spotswood,Sterling PLI.,C Key West, Ft., 3304 500 Fleming Street Key West, IT 33040 20) Choice of Law and Venue The parties expressly agree that the only laws that apply to this Agreement are those of the State of Florida and United States of America, without regard to choice of law principals.The parties waive the privilege ot'venue and agree that all litigation between therm in the state courts will take place exclusively in the Sixteenth Judic4d Circuit in and for Monroe County, l"lorida, and that all litigation between them in the federal COLIJIS Will take place exclusively in the L)nited States District Court in and for the Southern District of' F"lorida, or United States Bankruptcy Court for the Southern District of Florida., whenever applicable. This Agreement shall not be subject to arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance ccordance with the,Florida Rules ol'Civil procedure and usual and customary procedures by the Cil-CUit Court Of Monroe County, Florida. 21) Attorney's Fees and Costs County and Contractor agree that in the event any cause OfaCti011 or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agrectrient, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non-prevailing party, at all levels oi' the Court systern, including in appelhate proceedings. 22) Public Records County is a public agency Subject to 119, Florida Statutes, as amended from time to time. Page 7 of 14 716 To the extent Contractor is a (.7ontractor acting on behalf" of the County pursuant to Section 119.0701, 1 lorida Statutes, as amended from time to time, Contractor must comply with all public records laws in accordance with Chapter 119, Florida Statutes. In accordance with state law, Contractor agrees to: a) Keep and maintain all records that ordinarily and necessarily Would be required by the County in order to perform the services. b) Upon request from the County's Custodian of public records, provide the County with a copy of' the requested records or allow the records to be inspected or copies within a reasonable time at a cost that does not. exceed the costs provided in Chapter 119, Florida. Statutes, or as otherwise provided by law. 0 111 11SLWC that public records that:are exernlit,or confidential and exempt, from public records disclosure are not disclosed except as authorized by law for the duration ofthe Agreement term and following completion of"the Agreement if the ("ontractor does not transfer the records to the County. d) Upon cornpletion of the services within this Agreement, at no cost, either transfer to the County all public records it) possession of' the Contractor or keep and maintain public records required by the County to perform the services. If the Contractor transfers all public records to the County upon completion of the services, the Contractor must destroy any duplicate public records that are exempt, or confidential and exempt, from public records disclosure requirements. It"the Contractor keeps and maintains I)Ljblic records upon completion of the services, the Contractor must meet all applicable requirements for retaining pliblicrecords. All records stored electronically must be provided to the County, upon request from the County's Custodian of public records, in a forniat that is compatible with the information technology systems of the County. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS, RELATING TO THIS AGREEMENT, CONTACT THE COIJNTY'S CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111. 12TH STREET, SUITE 408, KEY WEST, FI., 33040, EMAIL: OR. PHONE: 305-292- 3470. if(:'.on tractor does not comply with this Section, the County will enforce the Agreement provisions in accordance herewith and may unilaterally cancel this Agreement in accordance with state law. 23) Audit Rights 'T'he Contractor must maintain accurate books, records, documents and other evidence that sufficiently and property reflect all direct and indirect costs of any nature expended in the per(brniance this Agreement, in accordance with generally accepted accounting principles. County reserves the right to audit the records of the Contractor For the commodities and/or services provided under the contract at any tirne during the performance and term of the contract and for a period of five(5)afler completion of the contract. Sue],) records must be retained by Contractor for a minimum of five (5) years following the close of the Agreement, or the period required For this particular type ot'project by the(.,iencral Records Schedules maintained by the Department of'State, whichever is longer. The Contractor agrees to cooperate with the County and agrees to submit to an audit as required by the Count)/,or other authorized representative(s)of the State of Florida.. The Contractor must allow the County or such other auditing agency to have access to and inspect the complete records ofthe Contractor in relation to this Agreement at any and all times during normal Page 8 of 14 717 business hours for the purposes of C011CILICting audits or examinations or making excerpts or transcriptions. The requirements set forth in this paragraph will survive the termination of this Agreement. 24) Third Party Beneficiaries Neither (..'ontraetor nor County intends to directly or Substantially benefit a third party by this Agreement. Therefore, the parties acknowledge that there are no third-party beneficiaries to this Agreement and that no third party is or will be entitled to assert a right or claini against either of them based Lipon this Agreement. 25) Uncontrollable Circumstances ("Force Majeure") AS use(] herein, "Force Maieure" means the occurrence of"any event that prevents or delays the performance by either party of its obligations hereunder which are beyond the reasonable control of the non-performing, party. Examples of'"Force MajeUre" include, but are not limited to, acts of God, natural disasters, or emergency governmental action, To invoke this paragraph, immediate written notice, consistent with the"Notice" provisions of this Agreement, must be sent by the non- perfortning party describing the circumstances constituting force majeUre and proof that the non- performance or delay of performance is a direct and reasonable result of such event(s). Any claim for extension of time by Contractor pursuant to this paragraph will be made not more than Seventy- two(72)hours after the commencement of the delay.Otherwise, it shall be waived. The Contractor shall immediately report the termination of the cause for the delay within seventy-two (72) hours after such termination. The County reserves its right to challenge the invocation by the Contractor within five (5) calendar days of receipt of said notice, in such case uninterrupted performance in required. I lowever, in the event the invocation is accepted by the County,the Contractor must take all reasonable Measures to mitigate any and all resulting damages, costs, delays, or disruptions to the Contractor's performance requirements under this Agreement. All obligations must resume when the circumstances Of Such event(s) have Subsided, or other arrangements are made Pursuant to a written amendment to this Agreement. 26) Public Entity Crimes Statement PUrSUallt to Section 287.133(2)(a), Florida SWLIUs, as amended froni time to time, (,ontractor hereby certifies that neither it. nor its affiliate(s) have been placed on the convicted vendor list following a conviction for a public entity crime. if' placed oil that list, Contractor agrees: to immediately notify the County and is prohibited from providing any goods or services to a public entity; it may not. submit a bid on a contract with a.public entity for the construction or repair of a public building or public work; it may riot submit bids oil leases ot'real property to a public entity; it may not be awarded or perform work as a contractor,supplier, subcontractor,or consultant Under, a contract with any public entity; and, it may not transact business with any public entity in excess of tile threshold arn011ut provided in Section 287.017, Florida Statutes, for Category TW() ($35,000), as may be amended, for a period of thirty-six (36) months from the dale of being placed oil the convicted vendor list. 27) Foreign Gifts and Contracts The Contractor Must COIllply With any applicable diSCIOSUre requirements in Section 286.101, Florida Statutes. Pursuant to Section 286.101(7)(b),Florida. Statutes: "In addition to any fine assessed under [§ 286,1 01(7)(a), Florida Statutes], a final order determining a third or subsequent violation by air entity other than a state agency or political subdivision must automatically disqualify the entity from eligibility for any grant or contract funded by a state agency or any political subdivision until such ineligibility is lifted by the Administration Commission [Governor and Cabinet per §14.202, Florida Statutes] for good cause." Page 9 of 14 718 28) Scrutinized Companies & Countries of Concern (F.S.S. 287.135,215.473,& 287.138) Contractor hereby certifies that it:a)has not been placed on the Scrutinized Companies that Boycott Israel List, nor is engaged in a boycott of Israel; b) has not been placed on the Scrutinized Companies with Activities in Sudan List not-the Scrutinized Companies with Activities in the Iran Terrorism Sectors List (formerly the Iran Petroleum Energy Sector List); and c) has not been engaged in business operations in Cuba or Syria. IfCounty determines that Contractor has falsely certified facts under this paragraph, or ifContractor is found to have been placed oil a.list created pursuant to Section 215.473, Florida Statutes, as amended, or is engaged in a boycott of Israel after the execution of this Agreement, County will have all rights and remedies to terminate this Agreement consistent with Section 287.135, Florida Statutes, as amended. The County reserves all rights to waive certain requirements of this paragraph on a case-by-ease exception basis pursuant to Section 287.135, Florida Statutes, as amended. Beginning January 1, 2024, the County must not enter into a contract that grants access to an individual's personal identifying information to ally Foreign Country of Concern Such as: People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro,or the Syrian Arab Republic,unless the Contractor provides the County with an affidavit signed by an authorized representative of the Contractor, under penalty of perjury, attesting that the Contractor does not meet any of the criteria in subparagraphs (2)(a)- (c) of Section 287.138, Florida Statutes, as may be amended. Beginning January 1, 2025, the County must not extend or renew any contract that grants access to an individual's personal identifying information unless the Contractor provides the County with an affidavit signed by an authorized representative of the Contractor, under penalty of perjury, attesting that the Contractor does not meet any of the criteria in subparagraphs (2)(a)-(c) of Section 287.138, Florida Statutes, as may be amended. Violations of this Section will result in termination of this Agreement and may result in administrative sanctions and penalties by the Office of the Attorney General of the Stale offlorida. CM,JP OPEIZATIONS INC., d/b/a KEY WEST MORTUARY is not owned by the government of Foreign Country of Concern, is not organized Linder the laws of nor has its Principal Place oi'Business in a Foreign Country of Concern, and the government of a Foreign Country of Concern does not have a Controlling Interest in the entity. Under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true. Printed Name: Peter E. Batty Title: President Signature: Date: 29) Noncoercive Conduct for Labor or Services As a nongovernmental entity submitting a Proposal, executing, renewing, or extending a contract with a government entity, Contractor is required to provide an affidavit Linder penalty of perjury attesting that Contractor does not use coercion for labor or set-vices in accordance with Section 787.06, Florida Statutes. As an authorized representative of Contractor, I certify under penalties of perjury that Contractor does not use coercion for labor or services as prohibited by Section 787.06. Additionally, Contractor has reviewed Section 787.06, Florida Statutes, and agrees to abide by Page 10 of 14 719 uumc. 30A Non(limcrhniouboo The Contractor and County agree that there will be no discrimination against any person, and it is expressly understood dhui upon u dc|couioudoo by a oom1 *y competent Jurisdiction that discrimination has occurred, this /\grccmoni automatically tconiou|eo wi1hou1 any further action mn file part o[nny party, effective the date o[thc court order. Contractor agrees k` onmp\y with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: l)Title N| ofthc[ivi| Rights Act of'|964(11L88-352)which prohibits discrimination in employment or) the basis ofrace, color, religion, sex urnational origin; 2) Tidc |>< ofthcEduou1ioo /�mcodmunto[ U l972, uaumcnd�d (20SCms. 1681-1683, uod 1685- |6Q6), which prohibiisdiscrimination oil the basis o[sex; 3) Section 5O4of the Rehabilitation Act of']P73, ae ummndcd(20D8Cm. 7o4), which poobihiUa discrimination oo the basis nƒdiaaWlih, 4) The /\gc [}iecrirnino1iuo /\c1 of 1975, as amended (42 DSC sy. 6101-6107) which prohibits discrimination on the basis ofuge; 5) Thu Drug Abuse 0fOo0 and Treatment Act, of' |972 (PL, 92- 255), uu amended, relating{onondiscrimination oo the basis of drug abuse; 6) The Compvubcnaivc Alcohol Abuse and Alcoholism Povcntion,Trou1nuco1 and Rehabilitation Act o[l97Q(I"LYl-6l6), as amended, relating to nondiscrimination or) the basis ofulcohm| abuse oralcoholism; 7) The Public Ueo\t6 Service Act vflVl2,aa. 523 and 527(42USC.uy.64Udd-3 and 290cc-3),amamended, relating to confidentiality ofalcohol and drug abuse Patient records;8)'Fitle Vill of the Civil Rights /\c1 oflq68 (42 BSC a. 3601 ctxe4.), as amended, relating to nondiscrimination in the sulo, n:ntu| or financing of housing; 9) The Americans with Disabilities Act of' 1990 (42 USC s. 12101Notc), as jilay be amended frorn time to time, relating to nondiscrimination on the basis ot'disability; 10) Monroe County Code Chapter 14, Artic|o [l, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, aexuul orientation, gender identity or expression, buui\ln| status urage; l|) The Pregnant Workers Fairness Act (PWF/\) pursuant 10 42 U.S.C. 20O0gg et seq.; and 12) Any other nondiscrimination provisions in any Federal or aiutc statutes which may apply 1othc podi*u to, or the mubiec1 matter of'. this Agreement. 31) E-VerifyRoguirmmmmotm t"0aobve ]anuary ], 2021, public and private uonpinycrs, contractors and aubcon(ruotom must require registration with, and rise of the E-verily syetcnn in order to verify the work authorization Status Of if! newly hired employees. Contractor acknowledges and agrees to utilize the D.S. [)opurtmcntofKonnc|and Socority`a B-Verify System to verify the employment eligibility of: u) All Persons employed by Con(racLor/o perform employment duties Within P|oriduduring file term ofthocontract; and b) All persons (including mubvcodors/yuhconmuUuotm/mubcoo1rudoo) assigned by Contractor to perfnnn nodk pmrauuo| io the contract With fho Coumry. The Contractor acknowledges and agrees that use ofthe U.S. Department of Florneland Securitys F-Verify Sya1croduriog the term of the contract isa condition of the contract with tile County. By entering into this Agreement, the Contractor becomes obligated to comply with the provisions m[Sccbnn448.0Q5, Florida St'utotco, "Bnnp\oymcn{BigihiliLy,''ao amended b'om time 1o1ime.Thiu includes, but ianot. |imi|ed1o, u1i|izationo[1bc 2 System to-Verify Bya�otovcrifvibe work authorization o|u1my of'all newly hired employees, and roquiriugu|| Subcontractors10 provide an affidavit to Contractor attesting that the subcontractor does not employ, contract u/i/b, or subcontract with, an unuu1borizeduJion. Contractor agrees tnmaintain a COPY ofSuch u[Dduvi( for the dura1ion of this Agreement. Failure to comply with this paragraph will ruaol1 in the termination o[tbio /\gzeeonon1 as provided in Section 440.095, Florida Statutes, as amended, and Contractor may not be awarded apub|ic contract for o1 \coet one (l) year after the date on which the Agreement was terminated. Contractor will also be |ioh|c for any additional Costs to County incurred as a result of the termination of this Agreement in accordance with this Section. Upon executing this Agreement, Page |lo[l4 720 Contractor will provide proof of enrollment inB-vcr[viothe County. 32\ Prohibited Telecommunications Equipment Contractor represents and certifies that it arid its applicable subcontractors do not arid will not use any equipment, uya1mm, or service that uses covered telecommunications equipment ur services uu nuuba|on1io| or essential component u[any system, or as oriiiun\ technology as part n[any ayNcm, om Such terms are used in48CyR §§ 52.2O4'24 through 52.204~26. BycuuoUtiug, this Agreement, Contractor represents and certifies that Contractor and its applicable subcontractors must not provide or use such covered telecommunications equipment, oyniuru, or services for any scope of work performed for the County fbr the entire duration o[this Agreement. lf Contractor lenotified of any use or provisions of such covered tdccomrnunicu|ionoequipment, system, or services by u xuhcontrac{or at any tier or by any other uouroc, Cmn1ruc1uronus1 promptly report the information 7u40 CF0 § 52.204-25(d)(2) to County. 33) Autitrumt Violations; Denial nr Revocation under Section 287.137, Florida Statutes Pursuant to Section 207.|]7, Florida Statutes,us may ho amended,u person or all affiliate who has been placed onthe anhtrua1 violator vendor |iy1(electronically published arid updated quarterly by the State of Florida) following uoonvic{ioo or being held civilly |iub|c for an antitrust violation may not submit a bid, proposal, or reply for any new contract to provide any goods or services to a public entity; may not submit obid, proposal, or reply for new contract with apublic entity for the construction or repair ofu public building orpublic work; may not submit u bid, proposal, or reply on new leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant Linder a new contract with a public entity;arid may not |cuonoct new business with o public entity. By entering this Agreement, Contractor uedlGce neither it nor its affiliate(s) are oil the antitrust violator vendor list at the ti000 of entering this /\A/ccmcnt, False certification Linder this paragraph or being subsequently added 1n that list will result in termination of this Agreement,at the option of the County consistent with Section 287.137, Florida Statutes, as amended. 34) Merger; Amendment ']'his Agreement constitutes the entire /\g,oumun1 between the Contractor and the County, arid ncgo1[uLiooy and *ru| understandings between the parties are merged herein. This /\Aroorncnt can be supplemented und/orumcnded only by owriUon document executed by both the Contractor and authorized designees oil'tile County. 35) Interpretation The titles arid headings contained in this &grecmcn1'are fbrreh:reoou purposes only and will not in any way affect the meaning ur interpretation oftbiaAgreement. All personal pronouna used lnthis Agreement include the other gender,and the singUlar includes the plural,arid vice versa., unless tile context otherwise requires. Tcrouu xocb as ^^hcroio" refer to this/\Armconeot as u\wbn|o and not to any particular sentence, paragraph, or section where they appear, uu1cua the context otherwise requires. Whenever reference la made to maaotiun or article of this &grcuouco1, euoh rmtercnco is to the aeohno or article as uwholc, including all mubscc1ions thereof, unless the reference is made tou particular subsection ur subparagraph of such section urarticle. &nyrc|ercnce to^^doyu"rneans calendar days, unless otherwise expressly stated. 3&) Joint Preparation It is acknowledged that each party to this /\grmccnun| had the opportunity to be represented by uouoxd in the preparation of this &grccrnont and accordingly the nu|o that o c000md will be iu1c,prdcd strictly qguiou1 1bo party preparing yoo`u does not apply herein duo to tho joint contributions of both parties. Page l2of|4 721 37) ; Waiver oYProvisions Any provision in this Agreement that is prohibited oruneofbo:muh|o in any jurisdiction will, as to that 'uzisdicLion, be ineffective to the extent Of euch prohibition or umenforceubiiiry without invalidating the remaining provisions hereof or nDec|iog the validity or enforceability of such provisions in any other 'urisdio1ion. The nou~co6/ncenocn{ofaoy provision by either party will not constitute n waiver of that.provision nor will it affect the enforceability of|hm1 provision oroftht rcmaindorofLbia Agreement, 38) Signatory Aotbority Upon rc(jucsL the Cuotrouior muN ProVidc the Coonty with copies of requisite documentation evidencing that the signatory for Contractor has the uuLbo,Ny to enter into this Agreement. 39) Counterparts and Multiple Originals. ']'his Agreement inay be exeCLIted in rnultiple originals, an(:] may be executed in counterparts, each of which is hereby deemed to be an original, but all of which, taken tngCt6ur, constitutes one and the auincagreement. Signatures to 6`\|orv| Page 13o[14 722 IN WI'I'NFSS WI IFIRF10F, CoL.mtyarid Cloiitractor have executed this Agreement to provide services associated with the traiisportatioti 01110111,111 rC'Mah'is as of the date first written above, CONTRACTOR: CM,111 OPERATIONS INC., d/b/a KEY WEST MORTUARY, BY CMJP HOLDINGS IN(:'., II'S SOLE MANAGER By. P t e S'l-A]'F C)FFL,OR I DA COLJN'I'Y OF Monroe ............................. The foregoing illStrUllIellt was Sworn to/affirmed acid ackriowledged before iiw by means of 119 physical, presence or El wiliiie notarization, this 18,thday of _ August , 2025_, by ---------- Peter Batty Presidetit [or Authority Title] of CWJI) OPERATIONS INC., d/b/a KEY WEST MORTUARY,as authorized on behalf ol"CM.IP HOLDINGS INC., its sole i,iiaiiager. He/She is personally known to me/or has produced Driver License (type of identification) as identificatimi. ................... SignatLire of Nota-r y"/Liblic STEVEN REEVES Steven D. Reeves ------------------ ........... My COMMISSION#HH 573487 , EXPIRES:July 30,2028 (Print& Stamp Commissioned Name ot'Notary Public) g BOARD OF COLJN'FY COMMISSIONERS OF MONROE COUNTY, FLORIDA: By:........................ Mayor James K. Scholl (Seal) Attest: Keviii Madok, Clerk APPROVED,4S TO FORM AND LEGAL SUFFICIFNCY MO'., ROE COUNTY ATTORNEY'S OFFICT e� As DOPDeputyClerk Attorn Date: Page 14 of I I. 723 "EXHIBIT A" TRANSPORTXFION OF HUMAN REMAINS SCOPE OF SERVICES 1. Availability for Service Calls The Contractor shall be available to supply the required services twenty-four (24) hours a day, every calendar day of the year. For purposes of this Agreement, the area(s) to fie served will be within Monroe County, Florida (the "Count),"). MEO is the medical examiner for the County and may also be referred to as the "County" within the terms ofthis Agreement. 2. MininIL1111 ContrqKtq!L,!�ecuirements The Contractor shall possess a Current and valid state license to perform removal services, as required in accordance with Chapter 497, "Funeral, C enietery, and Consumer onsunier Services," of the Florida Statutes, and specifically Section 497.385, f"la. Stat., as may be amended frorn time to time. Contractor's license shall be maintained and rernain in good standing for the duration of this Agreement. Updated copies of license(s) shall be Supplied to the MEO upon the renewal, amendment, or modification of this Agreement. 3. Minimum L'quipment Requirements A. Vehicles Contractor shall provide and keep in good and serviceable condition a sufficient number of vehicles to allow response to one (1) death scene at any given time. One (I) vehicle shall be available and capable ofliandling bodies up to one thousand (1,000) pounds. Vehicle types shall be a hearse, van-type vehicle, station wagon or other agreed upon vehicle. All vehicles shall be subject to approval of the MEO during the term of this Agreement, Each vehicle shall be equipped with at least one (I) Ferno Model 24 or County approved equivalent stretcher and have the availability to utilize a bariatric stretcher with workable restraints or equivalent. Each vehicle ,shall also be equipped with an auxiliary portable stretcher with workable restraints. Each vehicle shall have a locking mechanism to irni-nobilize the stretchers when in transit. Contractor shall provide and maintain its stretchers in good condition at all times and having stretchers serviced with preventative maintenance at least annually. The MFO shall reserve the right to approve the type of stretcher used and to approve any Substitutions proposed. T'he Contractor shall not Use any stretcher unapproved by (lie W'0. All vehicles and all equipment shall be clean and free of any contamination at all times, and shall present a prof'essional appearance. B. Communications Equipment Contractor 'ontractor shall maintain manned operable telephone service at all times,twenty-four(24) hours per day, every calendar day of the year. Contractor shall equip each vehicle and each employee on duty with a mobile telephone and provide the current/updated staffnames with their telephone numbers being used to the If at any time ("ontractor suffers an unforeseeable or unavoidable breakdown in its telephone service, Contractor shall immediately notify the MEO so that temporary, alternative methods of'communication can be arranged. 4. Minimum I'lersonnel_R Jrernej s�-qj it,s A. Employee Background Investigation/Criminal History It shall be the sole expense of the Contractor to provide the MEO with a record of criminal history background investigation -for all of Contractor's employees working on this contract (existing and new hires), pursuant to Section 497.142, Flat. Stat., as amended from time to time. It'at any time the MEO determines that the content of background investigation is inappropriate 724 or otherwise not suitable, or that the individual is of questionable character and integrity for the sensitive and confidential nature ofthe recovery and transportation 011111man remains, the MF'0 reserves the right to request the immediate removal of the individual in question from aII contractual duties. If the(.1I ontractor does not immediately remove the individual in question from all contractual duties, the MEO reserves the right to terminate all contractual services. B. Vehicles and Staff Such vehicles and staff, at the tirne they are used to fulfill the obligations under this Agreement, shall not be used to fulfill .my obligations the Contractor may have to any other person or entity pursuant to any other arrangement or contract, except when otherwise allowed pursuant to authorization of the MF'10. Contractor personnel shall present a neat, clean, and prol�essional appearance at a.11 times. C.ontractor shall provide to the MFO a list of all personnel assigned to Monroe County, along with the addresses and telephone numbers of such personnel oil a quarterly basis and upon request. Contractor shall he responsible for employee health and safety training as applicable under OSIIA regulations and for providing its personnel with appropriate personal protective equipment (PPE) for )SFIA compliance at death scenes. Copies of employee health and safety training certificates shall be kept oil file in the Contractor's oil ice For inspection, as necessary. C. Supplies & PPE The ME may, in his sole discretion, provide Contractor with a supply of approved body bags for the transportation of the MF'10 cases. 'File MEO may also supply biohazard bags, infant body bags, identification tags, seals, and forms to the Contractor at no charge. If not supplied by the MEO, Contractor is responsible for the provision of said items to fulfill its obligations Linder the Agreement. Contractor shall supply all disposable PPE material needed to meet the requirements of'this Agreement for the safety of its personnel. D. Confidential Infortuation The Contractor, nor any of its employees, agents, or other persons in any connection with the Contractor, shall ill any manner, way, or means, convey to any other person any information which would lead to disclosing the name(s) or address of the decedent or his/her next-of-kin Or relatives, or any other information concerning circumstances of death. In the event Of' Such release of information, such employee or agent of the Contractor shall be subject to immediate dismissal and this Agreement may be terminated at the option of the Ml`,0. E'. Project Manager Contractor shall designate an individual to act as I full time Protect Manager, who shall be responsible for the Clontractor's competence, timely performance and fulfillment of the responsibilities Linder this Agreement. 'file name of this designated individual and telephone number(s) at which this individual may be contacted on I twenty-f'OLII- (24) hour basis shall be provided to the County and the Ml."10. 'File MEO or his/her designee and the Contractor's Project ject Manager shall meet oil a monthly basis, or as often as needed, to ensure complaints are being addressed and solutions dcterrnined.The County or MEO may require the Contractor, by written request, to submit written responses or documentation in response to complaints or problems related to the Contractor's duties and obligations herein, which may corne to the attention of the MEO or Monroe ounty.All such written responses are due to the MEO within ten (10)calendar days of the Contractor being notified of the complaint or problem. 5. Advertisiruz There shall be no advertisements affixed or displayed to either the interior or exterior of any vehicle utilized under this Agreement with the exception of the Contractor's name.No advertising material of any kind shall be dispensed by Contractor's personnel, drivers and/or attendants. 2 725 6. Location Remains shall he transpo I ied from the scene or location of'death to the MEO located at 56639 Overseas I lighway (Oil Grassy Key), Marathon, Ff. 33050. Some circumstances shall require the remains to be transported to locations other than the ME.0's for additional examination(s). The alternate location(s) may be in another CoLinty within the State offlorida. 7. Frequency of Service There is no guarantee of minimum number ol'transports. Transports shall be conducted. oil an as-needed basis. 8. "Fiore Frarnes lor pick Uos and Deliveries Contractor shall be required to arrive oil the death scene or location anywhere within Monroe C,OUnty for pick up within four (4) hours after receiving first notification of a death, WITHOUT HXCI:'TTION If there are any delays, Contractor shall notily the Medical Examiner, or his designee, as soon as possible, advising of reason for delay and expected travel time. 9. Procedures for Pick-Up and Removal of'Medical Examiner Cases M`L;.O personnel will dispatch Conti-actor by calling case information into the Contractor's designated phone number. Upon receipt of case information, the Contractor shall immediately dispatch personnel for the purpose of picking up and transporting remains to the MEO or other site as may be designated by authorized personnel ofthe ME,0. In exceptional circurnstances, MEO personnel may dispatch and give direction to Contractor's personnel as long as such personnel also inform the Contractor's main office as quickly as possible, All scene removals involving law enforcement at the scene shall be accompanied by a completed MEO Investigation Form frorn tile law enforcement agency handling the death investigation. Law enforcement on scene may advise they will lax or e-mail the form instead. The only articles to accompany a MED case are inedical/hospital records, x-rays, medications, laboratory specimens, or any article oil or attached to the body. The Contractor shall attach an identification tag to the right ankle, on which shall be printed the narne ofthe deceased (it"known), MI"'0 case number, sex, and the race ofthe individual, If the name is not known, the word "UNIDFATIFIED" shall be printed in place of the name. LAkewise, if the sex and the race of the individual are not known, the word "UNKNOWN" shall be printed in place of this information. Contractor shall place all remains in the approved body bags. The body bag shall be sealed (through the zipper Closure) by all identification tag or numbered seat that bears the decedent's name (il"known), the MEO case 111.1juber, and the sex and race ofthe individual (if'known). FAcept for clothing worn by the decedent, the Contractor shall attempt to release the personal effects and Valuables ofthe decedent to law enforcement personnel or hospital staff at the scene (i.e., articles of jewelry, luggage, other apparel, cosmetics, currency, purses, wallets, identification cards, etc.) It' law enforcement or hospital staff'elects not to take possession of the valuables or personal effects at the scene, these items shall be inventoried oil the transport form and the Medical Examiner, or his designee, must be notified by phone. 'file inventoried items shall be transported to the Mt.,O in a container sealed within the body bag. Medications shall be transported in a bag or container that has been sealed at the titne ofacceptance of the remains and other articles at the scene. This bag or container, once sealed, shall not be opened, and shall be labeled "bag of medications" on the property form. In cases of homicide, the hands shall be bagged, the body shall be handled minimally, and all personal effects shall remain in place with the decedent. Contractor shall coordinate preparation and transportation protocol 3 726 with the Medical Exami net-, or his designee..A transport form shall be completed by the Contractor, listing tune dispatched, time of arrival on scene, time departed from scene and arrival time at the Morgue. The form shall further legibly list the MHO case number, name, age, race of decedent, address/location of pick investigator's -up, name of' law enforcement agency, law enforcement name, police case report number of the agency, list of articles transported, and the signature of the police investigator. If the name of the decedent is not known, the word "UNIDENTIFIED" shall be printed in place of the name. All forms shall be completed and attached to any other records and placed into a paper bag that shall be placed atop the body bag when placed in reffigerated storage. The decedent's name and the MF'O case number shall be printed on the exterior of the body bag in a conspicuous location, in letters no less than five (5) inches in height. At the morgue. Contractor shall transfer the decedent to a tray, using due care to preserve (lie integrity ofthe body and any associated evidence. WITH01Y]" EXCERTION, all human remains shall be placed on the transport gurney and tray FACE UP, unless otherwise directed by MHO personnel. Contractor shall enter decedent tril'orination into the logbook on the COLInter in the morgue, at,the time of delivery. In the event the rcillains are accidentally dropped, bumped or subjected to any other traurnatic mishaps during removal and/or transport, the circumstances shall be relayed to the MEO staff'as soon as possible. All spills or leakage of body fluids shall be cleaned up by the Contractor. Soiled/contaminated gloves, PPE, etc. shall be placed in appropriate containers for proper biohazardous disposal. Contractor shall follow OS14A guidelines at all times as they apply to the handling of bioliazardous materials. Furthermore, Contractor shall carry within the transport vehicles all appropriate container and appropriate biohazardous bags for transportation of contaminated materials. The MEO agrees to provide appropriate biohazardous bags and further agrees to dispose of all properly sealed biohazardous bags used to carry out the contract services. During periods of time when the MEO is closed or MEO personnel are not present to accept the remains, Contractor shall maintain custody of the human remains or follow such other directives given by the Medical Examiner, or his designee. IO. Com ensation/Fecs Contractor will be paid per trip for removal and transportation of each body within Monroe (..'.ounty, with occasional pickups and/or deliveries to or from contiguous counties. The cost per trip shall be $450. All labor, supplies, transportation, overhead, etc. shall be included in the price per trip for the removal and transport of"the remains of deceased persons, whole or in part, frorn the place where the remains arc located to the MFO. This Agreement shall be solely between the named parties; therefore, no lees or payments for services shall be issued to the Contractor by anyone other than by the Mh?O. Acceptance of funds in any manner (i.e. contributions, gifts, personal effects, gratuities, etc.) from family members of the deceased SI]ALL, BE GROUNF)S FOR IMMFDlATF TERMINXFION OFTf IIS AGIRF"EMENT. 14"'rid of'f,'xhibit_l 4 727