Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
09/10/2025 Agreement
GVS COURTq° o: A Kevin Madok, CPA - �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida �z cooN DATE: September 25, 2025 TO: Dr. Michael Steckbauer Medical Examiner FROM: Liz Yongue, Deputy Clerk SUBJECT: September 10, 2025 BOCC Meeting The following items have been executed and added to the record: C10 Two 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. Should you have any questions please feel free to contact me at(305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 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 1 of 14 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 (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 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 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 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 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 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 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 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 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 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 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[|4 IN:WITNESS WHEREOF,County and Contractor have executed this Agreement to provide services associated with the transportation of human remains as of the date first written above. CONTRACTOR: CMJP OPERATIONS INC.,d/b/a KEY WEST MORTUARY, BY CMJP HOLDINGS INC., ITS SOLE MANAGER e • Pet E. Batty,P 'dent STATE OF FLORIDA Monroe . . The foregoing instrument was sworn to/affirmed and acknowledged before me by means of IN y .l� si presence. . c cal pce or D online rlotarizatlorl, this .18th day of ..Au g:ust:. 2025 .. . ,' by Peter Batty , President [or.Authority Title].of CMJP OPERATIONS INC.;.d/b/a.KEY WEST MORTUARY,as authorized on behalf of CMJP.HOLDINGS:INC., its sole manager:. He/She is personally known tome/Or has produced Driver License (type of identification)as identification. 1\,* ---./7 _j_...,:f.„..,„„,,,....,2), ,I„.......4._.....,,,...,,,-----• -. gnature of Notary'Public e.,:i•`; , ti,.. D. Reeves �� tu7 .*` MY COMMISSION#HF!573487 Steven EXPIRES:July 30,2028 .,�� 04. (Print& StampConlmissroned Name� :of Notary Public) BOAl2I) OF COUNTY COMMISSIONERS OF.. ONROE COUNT , FL I.R 0 A: Ilik I # I ZScho�� M o James K.gig,1",%91K,,,41r, ,,,t, ll ,,,,,,\ \\ (I#j i ..,V\ _ oz,;t in Madok, Clerk : PPRO\TID AS TO FORM AND LEGAL.SUFFICIENCY \\ ':;t. , 1'. A 2 MONROE COUNT)'ATTORNEY S OFFICE`"*.----Fit.2.*'`'..-1 MT..44*---9't - fi,411(,) I An(NAaV 4 v�� frp ' /'. tiC �Jild!t(r:rR -f*0, °` ..�.. ,f � s e ut Clerk a�i�z7 P.Jones, �/tant Co # ��tt�rne4. . Date: 08/11./25 73. � ..- . ,`'' CT :; + Page 14 of 14 "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 1 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 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 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 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 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# License#:L100460 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: 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 MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY 21SBMBB2VME 10/31/2024 10/31/2025 EACH OCCURRENCE $1,000,000 CLAIMS-MADE � OCCUR DAMAGE TO RENTED 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 UMBRELLALIAB 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 OTH- AND EMPLOYERS'LIABILITY Y/N STATUTEI ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $500,000 OFFICE R/M EMBER 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 BYrtQa.- 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(2016103) The ACORD name and logo are registered marks of ACORD