Loading...
782-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