HomeMy WebLinkAbout782-Volusia Mosquito 2000/01COUNTY OF VOLUSIA INTERLOCAL
AGREEMENT FOR PROVISION OF MUNICIPAL
SERVICES TO THE CITY OF SANFORD
THIS AGREEMENT is entered into by and between the COUNTY OF VOLUSIA, a
political subdivision of the State of Florida, with administrative offices at 123 West Indiana
Avenue, DeLand, Florida 32720-4613, hereinafter referred to as "COUNTY", and the CITY
OF SANFORD, a municipal corporation duly incorporated pursuant to the laws of the State
of Florida, with administrative offices at 300 North Park Avenue, Sanford, Florida 32771,
hereinafter referred to as "CITY".
RECITALS
WHEREAS, the COUNTY is authorized by §125.01 (p), Florida Statutes, to "enter
into agreements with other governmental agencies within or outside the boundaries of the
county for the joint performance, or performance by one unit in behalf of the other, of any
of either agency's authorized functions", and
WHEREAS, public agencies (including COUNTY and CITY) are authorized by
§163.01(14), Florida Statutes, to "enter into contracts for the performance of service
functions of [such] public agencies, but shall not be deemed to authorize the delegation
of the constitutional or statutory duties of ... county or city officers." the parties expressly
deny any intent, express or implied, in this Agreement to provide for a delegation by CITY
of such constitutional or statutory duties to COUNTY; and
WHEREAS, the foregoing authorization for such agreements is granted to counties
and cities for the purpose of permitting "local governments to make the most efficient use
of their powers by enabling them to cooperate with the other localities on a basis of mutual
advantage and thereby to provide services and facilities in a manner and pursuant to forms
of governmental organization that will accord best with geographic, economic, population,
and other factors influencing the needs and development of local communities."
§163.01 (2), Florida Statutes; and
WHEREAS, the City Commission of CITY, after evaluation of options for the
provision to its residents of the municipal services enumerated herein, has made a
legislative determination that the interests of its residents will be best served by
contracting with COUNTY for provision of such services, which services will be performed
by COUNTY personnel; and
A:\SANFORDAGR
WHEREAS, COUNTY certifies that it either currently has, orwill employ, a sufficient
number of personnel, appropriately qualified to perform the services enumerated therein,
and COUNTY is wilting to provide such services to CITY.
NOW, THEREFORE, in consideration of the mutual promises contained herein, the
parties agree as follows:
PART I. General Provisions
1. The foregoing representations are hereby adopted as a material part of this
Agreement.
2. Purpose. The purpose of this Agreement is for the COUNTY to provide
specified municipal services and equipment to the CITY (hereinafter, the "Contract
Services"), at an agreed upon level of service ("LOS") as reflected herein, in lieu of the
CITY using its own personnel and equipment therefor.
3. County Service Centers. COUNTY shall manage the delivery of the Contract
Services by allocating service task responsibilities along the organization lines of the
COUNTY'S Service Centers (hereinafter, "Service Centers"), as depicted in PART II
hereof. The Director of the applicable Service Center (or his or her designee) shall be in
the COUNTY'S liaison to CtTY for purposes of performance, interpretation and
implementation of this Agreement.
4. No Pledge of Ad Valorem Taxes. The parties agree that this Agreement does
not constitute a general indebtedness of the CITY within the meaning of any constitutional,
statutory, or charter provision of limitation and it is expressly agreed by the parties that the
COUNTY shall not have the right to require or compel the exercise of ad valorem taxing
power of CITY, or taxation of any real or personal property therein for payment of any
monetary obligations due under the terms of this Agreement. It is further agreed that this
Agreement and any funds called for to be paid hereunder shall not constitute a lien upon
any real or personal property of CITY, or any part thereof, and that the obligation for
monetary payments called for to be made hereunder shall be deemed to exist for less than
a year at any point in time and shall be entirely subject to the legislative budgetary
discretion of the CITY and the COUNTY.
5. Division of Management Responsibilities. The Contract Services specified
in this Agreement reflect the managerial and policy decisions of the CITY. Beyond the
types of services identified herein, the CITY may identify the tasks within the scope of this
Agreement to be performed by COUNTY, and the portion of the relevant budget to be
allocated thereto, including, but not limited to the location, and nature of specific projects.
The COUNTY shall have the responsibility for the operational management of the actual
work. In cases where specific professional standards are applicable to the design or
A:\SANFORD.AGR 2
performance of such tasks, the COUNTY'S designated officer in charge ("OIC"), or his or
her designee, shall have the authority for decision making within that realm. The relevant
COUNTY Service Center Director, or the OlC, shall be available on a regular basis to the
City Manager to provide consultation and recommendations to the City manager in his or
her general management decisions as contemplated herein.
6. Level of Service. COUNTY agrees to provide the personnel and equipment
at the level of service reflected herein~ Should the CITY desire the COUNTY provide
services either different in kind, or at a higher level than that contemplated herein, the City
Manager shall make written request therefor to the County Manager. Any agreement
modification to the level of service shall be reduced to writing and approved by both
parties. Any reduction in level of service desired by the CITY shall only be effective at the
beginning of a new contract year unless both parties agree otherwise.
7. Personnel Matters. COUNTY shall allocate manpower and equipment for the
performance of the Contract Services on an "as needed" basis. This Agreement shall not
require any particular COUNTY employee to be dedicated full time to the Contract
Services. All COUNTY personnel assigned to perform Contract Services shall remain
subject to COUNTY merit rules and regulations for all purposes contemplated thereunder,
including, but not limited to initial appointment and probation, promotions, merit and cost-
of-living raises, annual leave and sick leave and disciplinary actions. Any claim of a
disciplinary nature by CITY regarding a COUNTY employee shall be referred to the
Service Center Director, who shall remain the "appointment authority" for such employee,
for all purposes designated under the COUNTY Merit Rules. Such COUNTY employees
shall have no right to elect or choose any procedures available to CITY employees.
8. Term. This Agreement shall take effect on the 1 st day of October, 2000, and
shall continue in effect until September 30, 2001. The parties may, by mutual agreement,
renew this Agreement upon the same or modified terms. Should the CITY desire to renew
this Agreement, it shaft make application in writing therefor, to COUNTY, no later than May
15 of that contract year.
9. Termination. Either party may terminate this Agreement without cause or
further liability to the other, upon written notice to the party representative specified in
Section 16., given no less than 180 days prior to the requested termination date. Such
notice shall be delivered by certified mail, return receipt requested, and the date of the
notice shall be the date the receipt therefor is signed by an employee, official, or
representative of the other party.
A:\SANFORD.AGR 3
10. Notice. Notice as required to be given in this Agreement shall be provided
to the following persons:
a. COUNTY:
Ray W. Pennebaker
Acting - County Manager
Thomas C. Kelly Administration Center
123 W. Indiana Avenue
DeLand, Florida 32721
b. CITY:
Larry A. Dale
Mayor
City of Sanford
300 North Park Avenue
Sanford, Florida 32771
11. Third Parties. In no event shall any of the terms of this Agreement confer
upon any third person, corporation, or entity other than the parties hereto any right or
cause of action for damages claimed against any of the parties to this Agreement arising
from the performance of the obligations and responsibilities of the parties herein or for any
other reason.
12. Dispute Resolution. Any disputes concerning non-performance, or other
aspects of this Agreement for which either party initiates litigation to enforce its rights
hereunder, shall be subject to the provisions of Chapter 164, Florida Statutes, the "Florida
Governmental Cooperation Act."
13. Severability. If any provision of this Agreement is found to be
unconstitutional, illegal, or otherwise unenforceable by judgment of a court of competent
jurisdiction, such judgment shall not invalidate the remainder of this Agreement, unless
such judgment renders the purpose or performance of this Agreement no longer practical
for either party.
PART II. Specific Services
Article One. Public Works Services
1. Mosquito and Midge Control. Mosquito and midge control services at the
request of the CITY upon notification to and availability from the COUNTY.
East Volusia Mosquito Control District will perform mosquito and midge
larviciding, and surveillance for the City of Sanford (hereinafter the "City") on an "as
A:\SANFORD.AGR 4
available" basis within Sanford's city boundaries and within the shore line of Lake Monroe,
shown in Exhibit "A". Mosquito and midge trapping will be "as needed for surveillance" in
areas prone to mosc~uito and midge annoyance. Mosquito and midge complaint
investigation will take place at the direction of the City.
2. Compensation
Personnel for Mosquito Surveillance
Landing Rates/Trapping
(Minimum 2 hour charge)
$26.85/Hr. per person
Personnel for Mosquito Larviciding
$26.85/Hr. per person
MIDGE CONTROL EQUIPMENT/PERSONNEL:
Larval surveillance boat with personnel
(Minimum 2 hour charge)
$80.00/Hr.
Larviciding with boat and sprayer with
personnel
(Minimum 2 hour charge)
$80.00/Hr.
Adult surveillance (trapping) with personnel
(Minimum 2 hour charge)
$26.85/Hr. per person
CHEMICALS:
Chemical will be charged at the purchase cost to the County plus five
percent (5%) for handling costs.
The CITY shall pay the COUNTY for mosquito and midge control services within 30
days of receipt by CITY of COUNTY invoice for services.
PART III. Miscellaneous
1. Hold Harmless and Insurance. The County of Volusia (hereinafter the
"County") will indemnify and shall hold harmless the City for the negligent acts or
omissions of the County's employees.
The City shall indemnify and shall hold harmless the County from any and
all claims except those which involve operational acts or omissions of any County
A:',SANFORD. AGR 5
employee unless said employee was acting at the direction of the City. As the mosquito
and midge control services under this contract are on an "as requested basis", the City
shall indemnify and shall hold the County harmless from any claim predicated upon the
theory that the failure to provide services at a given time caused damages to the
complainant. For those claims arising solely from the acts or omissions of the city, its
officers, members, employees, agents or assignees, the City will indemnify and hold the
County harmless. Should the City and the County be found to be joint tort feasors on a
given claim, then each will bear the expense (to the extent they are not covered by
insurance) for its respective share of attorney's fees, costs, and damages, if any, to the
claimant.
Nothing in this agreement shall be deemed to waive the limits of liability
pursuant to Section 768.28, Florida Statutes, or sovereign immunity defense available
against any person other than the parties and nothing in the agreement shall inure to the
benefit of any third person.
The City shall obtain and maintain comprehensive general liability, etc.,
insurance insuring the City and County from loss for acts and omissions arising out of this
contract in a CSL of at least $500,000.00. A copy of the present certificate is attached as
Exhibit "B".
2. Entire A.qreement. This Agreement reflects the full and complete
understanding of the parties and may be modified or amended only by a document in
writing executed by all the parties, with the same formalities as this Agreement.
IN WITNESS WHEREOF, the parties to this Agreement have caused the same to
be signed by their duly authorized representatives this 21s~: day of sepl:e~t~e~c , 2000.
Acting L COUnty Manager
COUNTY OF VOLUSIA, a political
subdivision of the State of Flodda
By:
Jes~d, Chai~~r~
ATTEST:
City Clerk
CITY OF SANFORD, a municipal
Mayor
A:\SANFORD.AGR 6
788 · 3,?)'?',2-1)'8S * (407)~;3()-5607 · (407)33U-5616F~csimih,
CITY
COMMISSION
MAYOR
Lamv A. ])ale
I)ISTRICT l
Ilrady LcssarJ
1)ISTRICT2
Vchna It. WiJhams
DISTRICT 3
A.A. 'Mac' McClanahan
I)ISTRICT 4
Whltey Eckstein
May 4,2000
Jonas Stewart, Director
East Volusia Mosquito Control
1600 Aviation Center Parkway
Daytona Beach, FL 321 ~ 4-3802
Re: Interlocal Agreement Renewal
Dear Mr. Stewart:
I am writing to request renewal of the current Interlocal
Agreement between the City of Sanford and Volusia County. This
agreement allows East Volusia County Mosquito Control District to
provide midge/mosquito larviciding, surveillance/trapping, and
complaint investigation services to the City of Sanford.
As indicated in the .attached Agreement, the City must make
application in writing by May 15, 2000 in order to renew the
Agreement. Accordingly, please forward this request to the
appropriate personnel for approval.
If you have any questions or desire further information, please
do not hesitate to contact me at (407)330-5607.
; ~~Dal~~u'~s~-'~~
Mayor
LADIdc
Attachment
CC:
City Manager
Public Works Director
COUNTY OF VOLUSIA INTERLOCAL
AGREEMENT FOR PROVISION OF MUNICIPAL
SERVICES TO THE CITY OF SANFORD
THIS AGREEMENT is entered into by and between the COUNTY OF VOLUSIA, a
political subdivision of the State of Florida, with administrative offices at 123 West Indiana
Avenue, DeLand, Florida 32720-4613, hereinafter referred to as "COUNTY", and the CITY
OF SANFORD, a municipal corporation duly incorporated pursuant to the laws of the State
of Florida, with administrative offices at 300 North Park Avenue, Sanford, Florida 32771,
hereinafter referred to as "CITY".
RECITALS
WHEREAS, the COUNTY is authorized by §125.01 (p), Florida Statutes, to "enter
into agreements with other governmental agencies within or outside the boundaries of the
county for the joint performance, or performance by one unit in behalf of the other, of any
of either agency's authorized functions", and
WHEREAS, public agencies (including COUNTY and CITY) are authorized by
§163.01(14), Florida Statutes, to "enter into contracts for the performance of service
functions of [such] public agencies, but shall not be deemed to authorize the delegation of
the constitutional or statutory duties of ... county or city officers." the parties expressly
deny any intent, express or implied, in this Agreement to provide for a delegation by CITY
of such constitutional or statutory duties to COUNTY; and
WHEREAS, the foregoing authorization for such agreements is granted to counties
and cities for the purpose of permitting "local governments to make the most efficient use
of their powers by enabling them to cooperate with the other localities on a basis of mutual
advantage and thereby to provide services and facilities in a manner and pursuant to forms
of governmental organization that will accord best with geographic, economic, population,
and other factors influencing the needs and development of local communities."
§163.01 (2), Florida Statutes; and
WHEREAS, the City Commission of CITY, after evaluation of options for the
provision to its residents of the municipal services enumerated herein, has made a
legislative determination that the interests of its residents will be best served by contracting
with COUNTY for provision of such services, which services will be performed by COUNTY
personnel; and
L:~FORMS~AGRMENTS\SANFORD.AGR
WHEREAS, COUNTY certifies that it either currently has, or will employ, a sufficient
number of personnel, appropriately qualified to perform the services enumerated therein,
and COUNTY is willing to provide such services to CITY.
NOW, THEREFORE, in consideration of the mutual promises contained herein, the
parties agree as follows:
PART I. General Provisions
1. The foregoing representations are hereby adopted as a material part of this
Agreement.
2. Purpose. The purpose of this Agreement is for the COUNTY to provide
specified municipal services and equipment to the CITY (hereinafter, the "Contract
Services"), at an agreed upon level of service ("LOS") as reflected herein, in lieu of the
CITY using its own personnel and equipment therefor.
3. County Service Centers. COUNTY shall manage the delivery of the Contract
Services by allocating service task responsibilities along the organization lines of the
COUNTY'S Service Centers (hereinafter, "Service Centers"), as depicted in PART II
hereof. The Director of the applicable Service Center (or his or her designee) shall be in
the COUNTY'S liaison to CITY for purposes of performance, interpretation and
implementation of this Agreement.
4. No Pledge of Ad Valorem Taxes. The parties agree that this Agreement does
not constitute a general indebtedness of the CITY within the meaning of any constitutional,
statutory, or charter provision of limitation and it is expressly agreed by the parties that the
COUNTY shall 'not have the right to require or compel the exercise of ad valorem taxing
power of CITY, or taxation of any real or personal property therein for payment of any
monetary obligations due under the terms of this Agreement. It is further agreed that this
Agreement and any funds called for to be paid hereunder shall not constitute a lien upon
any real or personal property of CITY, or any part thereof, and that the obligation for
monetary payments called for to be made hereunder shall be deemed to exist for less than
a year at any point in time and shall be entirely subject to the legislative budgetary
discretion of the CITY and the COUNTY.
5. Division of Management Responsibilities. The Contract Services specified
in this Agreement reflect the managerial and policy decisions of the CITY. Beyond the
types of services identified herein, the CITY may identify the tasks within the scope of this
Agreement to be performed by COUNTY, and the portion of the relevant budget to be
allocated thereto, including, but not limited to the location, and nature of specific projects.
The COUNTY shall have the responsibility for the operational management of the actual
work. In cases where specific professional standards are applicable to the design or
performance of such tasks, the COUNTY'S designated officer in charge ("OIC"), or his or
L:,G=ORMS~AGRMENTS\SANFORD.AGR 2
her designee, shall have the authority for decision making within that realm. The relevant
COUNTY Service Center Director, or the OIC, shall be available on a regular basis to the
City Manager to provide consultation and recommendations to the City manager in his or
her general management decisions as contemplated herein.
6. Level of Service. COUNTY agrees to provide the personnel and equipment
at the level of service reflected herein. Should the CITY desire the COUNTY provide
services either different in kind, or at a higher level than that contemplated herein, the City
Manager shall make written request therefor to the County Manager. Any agreement
modification to the level of service shall be reduced to writing and approved by both
parties. Any reduction in level of service desired by the CITY shall only be effective at the
beginning of a new contract year unless both parties agree otherwise.
7. Personnel Matters. COUNTY shall allocate manpower and equipment forthe
performance of the Contract Services on an "as needed" basis. This Agreement shall not
require any particular COUNTY employee to be dedicated full time'to the Contract
Services. All COUNTY personnel assigned to perform Contract Services shall remain
subject to COUNTY merit rules and regulations for all purposes contemplated thereunder,
including, but not limited to initial appointment and probation, promotions, merit and cost-
of-living raises, annual leave and sick leave and disciplinary actions. Any claim of a
disciplinary nature by CITY regarding a COUNTY employee shall be referred to the Service
Center Director, who shall remain the "appointment authority" for such employee, for all
purposes designated under the COUNTY Merit Rules. Such COUNTY employees shall
have no right to elect or choose any procedures available to CITY employees.
8. Term. This Agreement shall take effect on the I st day of October, 1999, and
shall continue in effect until September 30, 2000. The parties may, by mutual agreement,
renew this Agreement upon the same or modified terms. Should the CITY desire to renew
this Agreement, it shall make application in writing therefor, to COUNTY, no later than May
15 of that contract year.
9. Termination. Either party may terminate this Agreement without cause or
further liability to the other, upon written notice to the party representative specified in
Section 16., given no less than 180 days prior to the requested termination date. Such
notice shall be delivered by certified mail, return receipt requested, and the date of the
notice shall be the date the receipt therefor is signed by an employee, official, or
representative of the other party.
L:~FORMS~,AGRMENTS\SANFORD,AGR 3
10. Notice. Notice as required to be given in this Agreement shall be provided
to the following persons:
a. COUNTY:
Lawrence W. Arrington
County Manager
Thomas C. Kelly Administration Center
123 W. Indiana Avenue
DeLand, Florida 32721
b. CITY:
Larry A. Dale
Mayor
City of Sanford
300 North Park Avenue
Sanford, Florida 32771
11. Third Parties. In no event shall any of the terms of this Agreement confer
upon any third person, corporation, or entity other than the parties hereto any right or
cause of action for damages claimed against any of the parties to this Agreement arising
from the performance of the obligations and responsibilities of the parties herein or for any
other reason.
12. Dispute Resolution. Any disputes concerning non-performance, or other
aspects of this Agreement for which either party initiates litigation to enforce its rights
hereunder, shall be subject to the provisions of Chapter 164, Florida Statutes, the "Florida
Governmental Cooperation Act."
13. Severability. If any provision of this Agreement is found to be
unconstitutional, illegal, or otherwise unenforceable by judgment of a court of competent
jurisdiction, such judgment shall not invalidate the remainder of this Agreement, unless
such judgment renders the purpose or performance of this Agreement no longer practical
for either party.
PART II. Specific Services
Article One. Public Works Services
1. Mosquito and Midge Control. Mosquito and midge control services at the
request of the CITY upon notification to and availability from the COUNTY.
East Volusia Mosquito Control District will perform mosquito and midge
larviciding, and surveillance for the City of Sanford (hereinafter the "City") on an "as
available" basis within Sanford's city boundaries and within the shore line of Lake Monroe,
shown in Exhibit "A". Mosquito and midge trapping will be "as needed for surveillance" in
L:\FORMS'~.~,GRMENTS\SANFORD.AGR 4
areas prone to mosquito and midge annoyance. Mosquito and midge complaint
investigation will take place at the direction of the City.
2. Compensation
Personnel for Mosquito Surveillance
Landing Rates/Trapping
(Minimum 2 hour charge)
$29.85/Hr. per person
Personnel for Mosquito Larviciding
$29.85/Hr. per person
MIDGE CONTROL EQUIPMENT/PERSONNEL:
Larval surveillance boat with personnel
(Minimum 2 hour charge)
$80.O0/Hr.
Larviciding with boat and sprayer with
personnel
(Minimum 2 hour charge)
$80.00/Hr.
Adult surveillance (trapping) with personnel
(Minimum 2 hour charge)
$29.85/Hr. per person
CHEMICALS:
Chemical will be charged at the purchase cost to the County plus ten percent
(10%) for handling costs.
The CITY shall pay the COUNTY for mosquito and midge control services within 30
days of receipt by CITY of COUNTY invoice for services.
PART III. Miscellaneous
1. Hold Harmless and Insurance. The County of Volusia (hereinafter the
"County') will indemnify and shall hold harmless the City for the negligent acts or omissions
of the County's employees.
The City shall indemnify and shall hold harmless the County from any and
all claims except those which involve operational acts or omissions of any County
employee unless said employee was acting at the direction of the City. As the mosquito
and midge control services under this contract are on an "as requested basis", the City
shall indemnify and shall hold the County harmless from any claim predicated upon the
theory that the failure to provide services at a given time caused damages to the
L:~FORMS~AGRMENTS\SANFORD.AGR 5
complainant. For those claims arising solely from the acts or omissions of the city, its
officers, members, employees, agents or assignees, the City will indemnify and hold the
County harmless. Should the City and the County be found to be joint tort feasors on a
given claim, then each will bear the expense (to the extent they are not covered by
insurance) for its respective share of attorney's fees, costs, and damages, if any, to the
claimant.
Nothing in this agreement shall be deemed to waive the limits of liability
pursuant to Section 768.28, Florida Statutes, or sovereign immunity defense available
against any person other than the parties and nothing in the agreement shall inure to the
benefit of any third person.
The City shall obtain and maintain comprehensive general liability, etc.,
insurance insuring the City and County from loss for acts and omissions arising out of this
contract in a CSL of at least $500,000.00. A copy of the present certificate is attached as
Exhibit "B".
2. Entire Agreement. This Agreement reflects the full and complete
understanding of the parties and may be modified or amended only by a document in
writing executed by all the parties, with the same formalities as this Agreement.
IN WITNESS WHEREOF, the parties to this Agree ,rn~t have caused the same to
be signed by their duly authorized representatives this ~'~.\ day of C'~c,'-~,~', 1999.
ATT~ ~~ COUNTY OF VOLUSIA, a political
Lawrence W. Arrington
,Tounty Manager
Patricia Northey,
ATTEST:
City Clerk
CITY OF SANFORD, a municipal
~~A.~Dale
Mayor
L:\FORMS~AGRMENTS\SANFORD.AGR (~
CERTIFICATE OF COVERAGE
Certificate Holder & Additional Insured
Volusia County BCC
123 West Indiana Avenue
Deland, FL 32720 4612
COVERAGES
Administrator
Florida League of Cities, Inc.
Public Risk Services
P.O. Box 530065
Orlando, Florida 32853-0065
issue Date 8/23~99
THIS IS TO CERTIFY THAT THE AGREEMENT BELOW HAS SEEN ISSUED TO THE DESIGNATED MEMBER FOR THE COVERAGE 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 COVERAGE AFFORDED BY THE
AGREEMENT DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANG CONDITIONS OF SUCH AGREEMENT
COVERAGE PROVIDED BY:
AGREEMENT NUMBER: FMIT 529
TYPE OF COVERAGE - LIABILITY
General Liability
FLORIDA MUNICIPAL INSURANCE TRUST
COVERAGE PERIOD: FROM 10/1/98
Comprehensive General Liability, Bodily Injury, Property Damage and
Personal Injury
Errors and Omissions Liability
Supplemental Employment Practice
Employee Benefits Program Administration Liability
Medical Attendants'/Medical Directors' Malpractice Liability
Broad Form Property Damage
Law Enforcement Liability
Underground, Explosion & Collapse Hazard
Limits of Liability
· Combined Single Limit
Deductible Stoploss ~25,000
Automobile Liability
[] All owned Autos (Private Passenger}
[] All owned Autos (Other than Private Passenger)
[] Hired Autos
[] Non-Owned Autos
Limits of Liability
· Combined Single Limit
Deductible Stoploss $25,000
COVERAGE PERIOD: TO 9/30/00 12:00 Midnight Standard Time
TYPE OF COVERAGE - PROPERTY
[] Buildings [] Miscellaneous
[] Basic Form
[] Special Form
[] Personal Property
[] Basic Form
[] Special Form
[] Agreed Amount
[] Deductible $1,000
[] Coinsurance 90%
[] Blanket
[] Specific
[] Replacement Cost
[] Actual Cash Value
[] Inland Marine
[] Bectronic Data ProceSsing
[] Bond
[] Money & Securities
Limits of Liability on File with Administrator
TYPE OF COVERAGE - WORKERS' COMPENSATION
[] Statutory Workers' Compensation
[] Employers Liability $1.000,000 Each Accident
$1,000,000 By Disease
$1,000,000 Aggregate By Disease
[] Deductible NIA
Automobile/Equipment - Deductible
[] Physical Damage N/A - Comprehensive - Auto N/A - Collision - Auto N/A - Miscellaneous Equipment
Other
The limit of liability is $100,000 Bodily Injury an;d/or Property Damage per person or $ 200,000 Bodily Injury andiet Property Damage per occurrence.
These specific limits of liability are increased to ~;500,000 (combined single limit) per occurrence. solely for any liability resulting from entry el a claims
bill pursuant to Section 768,28 (5) Florida Statutes or liability imposed pursuant to Federal Law or actions outside the State of Florida.
Description of Operations/Locations/Vehicles/Special Items
RE: Midge Control Project
Events, activities and functions authorized by the certificate holder involwng the designated member while being held upon the premises of the
certificate holder. The certificate holder is hereby added as an additional insured, excep[ for Workers' Compensation and Employers babifity, as
respects the member's liability for the above described event.
THIS CERTIFICATE IS ISSUED AS A MATTER DE INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER
THE COVERAGE AFFORDED BY THE AGREEMENT ABOVE.
DESIGNATED MEMBER
Ms. Donna Watt
City of Sanford
P O B 1788
Sanford FI 32772 1788
CANCBLEATtONS
SHOULD ANY PART OF THE ABOVE DESCRIBED AGREEMENT BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAlL 30 DAYS
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED ABOVE. BUT FAILURE TO MAIL
SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIAalLITY OF ANY KIND UPON THE
PROGRAM. ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
CAMERON AV S
O