Loading...
Resolution 012-19RECORD OF RESOLUTIONS Dayton Legal Blank, Inc., Form No. 30045 Resolution No. 12-19 Passed A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH THE FRANKLIN COUNTY GENERAL HEALTH DISTRICT (DBA FRANKLIN COUNTY PUBLIC HEALTH) AND CLARKE ENVIRONMENTAL MOSQUITO MANAGEMENT, INC. FOR INTEGRATED MOSQUITO MANAGEMENT SERVICES. 20 WHEREAS, the City of Dublin's most recent contract for Integrated Mosquito Management Services with Franklin County Public Health and Vector Disease Control International, LLC expired on December 31, 2018; and WHEREAS, staff has determined the proposal submitted by Clarke Environmental Mosquito Management, Inc. in response to Franklin County Public Health's Request for proposals is the lowest and best proposal; and WHEREAS, it is in the best interest of the City to contract for Integrated Mosquito Management Services, including surveillance, prevention, and treatment with Franklin County Public Health and Clarke Environmental Mosquito Management, Inc.; and WHEREAS, Resolution 68-18, authorizing the City Manager to enter into a contract for Public Health Services with the Board of Health of the Franklin County General Health District for 2019, contemplated handling the integrated mosquito management services under a separate contract. NOW, THEREFORE, BE IT RESOLVED by. the Council of the City of Dublin, State of Ohio,r7 of the elected members concurring, that: I t Section 1. The contract amount of $40,013.30 per year, to be paid by the City of Dublin to Clarke Environmental Mosquito Management, Inc., is hereby accepted. Section 2. The initial term of the contract shall be for a period of three years, commencing on January 1, 2019 and ending on December 31, 2021 with the option to extend for two (2) additional one-year periods. Section 3. The City Manager is hereby authorized to enter into a contract with Franklin County Public Health and Clarke Environmental Mosquito Management, Inc. for Integrated Mosquito Management Services. Section 4. This Resolution shall take effect and be in force upon passage in accordance with Sectio".04(a) of the Revised Charter. Ped this d y of�Lt� ; 2019 ayor — Presdding Pfficer Attest: Clerk of Council I Office of the City Manager 5200 Emerald Parkway* Dublin, OH 43017-1090 Oft AN Cityof Dublin Phone: 614.410.4400614.410.4490 it M To: Members of Dublin City Councillel% From: Dana McDaniel, City Mana Date: February 19, 2019 Inlft*lated By: Megan O"Callaghan, Director of Public Works Rob James., Director of Street and Utilities Operations Re: Resolution 12-19 — Authorizing the City Manager to Enter into a Contract with the Franklin County General Health District (DBA Franklin County Public Health) and Clarke Environmental Mosquito Management, Inc. for Integrated Mosquito Management Services * Unlimited larviciding * Catch basin treatments 0 WNV testing 0 Spraying for disease mosquitoes * Optional spraying for nuisance mosquitoes * Special event and barrier treatments * Service requests and do not spray requests Two proposals were received and evaluated. Upon evaluation, the lowest and best proposal was awarded to Clarke Environmental Mosquito Management, Inc, The cost to Dublin for Integrated Mosquito Management Services in 2018 was $40,310.22. The cost for the 2019-2021 program will be $40,013.30 per year and is within the budgeted amount for 2019. R= V21 Memo re. Integrated Mosquito Management Services Contract February 19. 2019 Page 2 of 2 mosquito population in the area. Additionally, trap data reveals the mosquito count and helps t*1, both determine the effectiveness of the larvicide program and whether larvicide should be more aggressively applied. The 2019-2021 contract provides an all-inclusive cost for unlimited Larviciding and Disease/Barrier/Event Spraying. The number of Storm Drains/Catch Basins is an estimate based on what has historically been treated in Dublin. The number of Gravid, CDC Light and BG Sentinel a- Lraps, and RAMP tests has been determined by FCPH to effectively conduct a disease control program in Dublin, Finally, it is important to note that in November of 2018, Council approved Resolution 68-18, authorizing the City Manager to enter into a contract for Public Health Services with the Board of Health of the Franklin County General Health District f& 2019. That legislation contemplated handling the integrated mosquito management services under a separate contract. 7# - Staff recommends City Council approval of Resolution 12-19 authorizing the City Manager to Enter 0 into a Contract with the Franklin County General Health District (DBA Franklin County Public Health) and Clarke Environmental Mosquito Management,, Inc. for Integrated Mosquito Management Services. CONTRACT BETWEEN FRANKLIN COUNTY GENERAL HEALTH DISTRICT (DBA FRANKLIN COUNTY PUBLIC HEALTH) and PARTICIPATING JURISDICTIONS and CLARKE ENVIRONMENTAL MOSQUITO MANAGEMENT, INC. This Contract entered into by and between Clarke Environmental Mosquito Management, Inc. (hereinafter referred to as "Contractor") and Franklin County General Health District (hereafter referred to as "FCPH") and Participating Jurisdictions (hereafter referred to as "Jurisdiction") pursuant to and under the authority of Franklin County Public Health Resolution No. 18-121 for Integrated Mosquito Management services passed on November 13, 2018. For the mutual considerations herein specified, FCPH, Jurisdiction and Contractor have agreed and do hereby agree as follows: Section 1 Administrative Requirements This Contract consists of the complete Request For Proposals (hereafter referred to as RFP) including these Contract Terms and Conditions, the RFP specifications, Pricing Form(s), all documents requiring Contractor's signatures, and any written amendments/addendums to the RFP; the Contractor's complete competitive sealed RFP submission, including proper modifications, clarifications, and samples; and applicable resolutions, purchase orders and/or other ordering documents. Any inconsistency in this Contract shall be resolved by giving precedence in the following order: 1) This signed contract document and all attached documents including Exhibit 1 — Updated Appendix E Pricing, Exhibit 2 — Updated Appendix F Specifications and Scope of Work, Exhibit 3 — Updated Appendix H Fuel Efficiency & Reducing Air Pollution Form, and Exhibit 4 — Updated Appendix I — Adulticide Products List; 2) The RFP response submitted by the Contractor; and 3) FCPH's original Request for Proposals No. 2018-66-04. Section 2 Pricing and Delivery of Services This Contract is a firm, fixed-price contract. The total amount paid to the Contractor by all participating jurisdictions shall not exceed $368,777.19. Payment for services rendered by Contractor to the Jurisdiction shall be made by Jurisdiction to the Contractor, and shall not exceed the amount set forth in the Updated Appendix E for the Jurisdiction. Payments will be made by the Jurisdiction in accordance with the fee payment schedule stipulated in Section 6.01. The Contractor must provide all services in accordance with the terms and conditions of the Contract and as offered in the Contractor's proposal. Section 3 Term of Contract The initial contract term will be for three years, commencing on January 1, 2019 and ending on December 31, 2021 with the option to extend for two (2) additional one-year periods. Section 4 Miscellaneous Terms Section 4.01 Standard of Care Contractor shall discharge its respective obligations under the Contract with that level of reasonable care which a similarly situated business would exercise under similar circumstances. As an inducement to FCPH and the Jurisdiction to enter into this Contract, the Contractor represents and warrants the following to FCPH and the Jurisdiction: (a) It (i) is duly incorporated, organized and validly existing under the laws of, and in good standing with its state of incorporation; (ii) has full authority to grant FCPH and the Jurisdiction the rights granted in this Contract; (iii) has all requisite power and authority to execute and deliver, and to perform all of its obligations under this Contract. (b) It shall execute any and all documents or contracts with third parties in its name and shall not represent itself as conducting business on behalf of FCPH and the Jurisdiction. (c) It has filed all tax returns (federal, state and local) required to be filed and has paid all taxes shown thereon to be due and all property taxes due, including interest and penalties, if any. (d) It is in compliance in all material respects with all laws, regulations and requirements applicable to its business and has obtained all authorizations, consents, approvals, orders, licenses, exemptions from, and has accomplished all filings or registrations or qualifications with, any court or governmental authority that are necessary for the transaction of its business. Section 4.02 Affirmative Covenants Until the termination or expiration of this Contract, Contractor shall: (a) Maintain its existence and continue to be a duly incorporated legal entity that is organized and validly existing under the laws of its incorporation and duly qualified to do business in the State of Ohio to the extent required by applicable law. (b) Give notice to FCPH and the Jurisdiction, within ten (10) days of the Contractor learning thereof, of any litigation involving a claim for damages in excess of One Hundred Thousand Dollars ($100,000) affecting or relating to the Contractor or the services required under this Contract. (c) Promptly notify FCPH and the Jurisdiction if: (i) The Contractor learns of the occurrence of any event which constitutes, or, with the passage of time, the giving of notice or otherwise, will constitute, an Event of Default or a default under this Contract or any of its other loan documents, together with a detailed statement by a duly authorized representative specifying the nature thereof and what action such Contractor is taking or proposes to take with respect thereto; (ii) Such Contractor receives any notice of default from, or the taking of any other action by, the holder(s) of any promissory note, debenture or other evidence of indebtedness of such Contractor, together with a detailed statement by the Contractor's duly authorized representative specifying the notice given or other action taken by such holder(s) and the nature of the claimed default and what action such Contractor is taking or purposes to take with respect thereto; (iii) Such Contractor learns of the existence of any legal, judicial or regulatory proceedings affecting such Contractor or any of its properties or assets in which the amount involved is material and is not covered by insurance or which, if adversely determined, would cause a material adverse change in the business, prospects, profits, properties, assets or condition (financial or otherwise) of such Contractor; or (iv) There shall occur or exist any other event or condition causing a material adverse change in the business, prospects, profits, properties, assets or condition (financial or otherwise) of such Contractor. Section 4.03 Indemnification The Contractor shall assume the defense of, indemnify, and save harmless FCPH, the Jurisdiction, and all Franklin County Agencies, including public officials, and employees acting in the course of their employment from any and all claims, damages, lawsuits, costs, judgments, expenses, and any other liabilities that may arise from the related Contractor's performance of the work required under this Contract and including Contractor's employees and agents. Section 4.04 Performance Bond Requirements The Contractor is required to provide a performance bond in the amount of 100% of the total amount proposed for the first year of the Contract period, within ten (10) days after approval of the Contract by the Board of the Franklin County General Health District. The Contractor must also provide FCPH with a performance bond at least ten (10) days prior to the anniversary date of Contract award and the required performance bond amount may stay the same, decrease or increase based upon the number of participating Jurisdictions. Section 4.05 Ethics The Contractor and employees of FCPH and Franklin County are bound by the Ethics Laws of Ohio. Any Contractor or employee who violates any of these laws will be subject to penalties set forth by law. Section 4.06 Subcontracting Contractor confirms that it will be the primary Contractor who will be performing the work under the Contract. Contractor may use subcontractors for portions of the work under the Contract, but Contractor will remain the primary Contractor and will remain liable for all work performed hereunder regardless of whether performed directly by it or by a subcontracted entity. Prior to the Effective Date, Contractor provided FCPH with a list of subcontractors it currently uses. Contractor shall not use any subcontractor who has been subject to action that limits the subcontractor's right to do business with the local, state, or federal government. The Contractor must provide updates to its list of subcontractors, suppliers, and joint ventures during the term of this Contract. County reserves the right to deny use of a subcontractor(s) if County determines that the Contractor will not be the primary Contractor who will be performing the work under the Contract. Section 4.07 Consent to Assign Contractor will not assign any of its rights under this Contract unless FCPH consents to the assignment in writing including any assignment through a merger or other corporate reorganization. Any purported assignment made without FCPH's written consent is void and may be subject to termination of the Contract. FCPH may assert against an assignee any claim or defense FCPH may have against the assignor. The Contractor shall notify FCPH and the Jurisdiction as soon as possible, but no later than sixty (60) days, prior to the Contractor converting into, merging or consolidating with or selling or transferring substantially all of its assets or business to another corporation, person or entity. Section 4.08 Record Keeping The Contractor will keep all financial records consistent with Generally Accepted Accounting Principles (GAAP) during the period covered by the Contract and is required to provide the Franklin County Purchasing Department, FCPH, or their designated representative, authorized representatives (for the Contractor), and any person or agency instrumentally involved in providing financial support for the Contract, work access and right to examine any books, documents, papers, or records related to this Contract. Claims documentation may be reviewed through a formal audit and are not subject to the work access requirements set forth in this paragraph. All pesticide application records and other reports and documentation outlined in this RFP shall be maintained by the Contractor and made available at all times to the FCPH, Franklin County Purchasing and any/all participating Jurisdictions served and any/all state and or federal agencies having jurisdiction over pesticide use and application as outlined in the RFP. Section 4.09 Insurance Requirements All insurance companies providing coverage shall be licensed to do business in the state of Ohio. Throughout the Contract period, the Contractor must maintain a comprehensive insurance program affording as a minimum the items indicated below: A Certificate of Insurance reflecting the required coverage and amount must be submitted with Contractors response. Franklin County Public Health must be identified as additional insured, and the RFP Name and RFP number must be included on the Certificate of Insurance. If there is any change in the Contractor's insurance carrier or liability amounts, a new certificate must be provided to the Franklin County Purchasing within seven (7) calendar days of change. Comprehensive General Liability: up to $1,000,000 single limit occurrence including coverage for: a) Personal Injury Liability: all sums, which the company shall become legally obligated to pay as damages because of bodily injury, sickness, or disease including death at any time resulting there from, sustained by any person other than its employees; b) Broad form Property Damage Liability; c) products and completed operations; d) premises and completed operations; and e) Contractual liability insuring the obligations assumed by the Vendor under the Contract. This insurance does not apply or shall not be construed as being applicable to liability for damages arising out of bodily injury to any person or damage to any property of others resulting from the negligence of the FCPH, its officers, employees or agents. Automobile Liability Insurance: all sums, which the company shall become legally obligated to pay as damages because of injury to or destruction caused by occurrence rising out of ownership, maintenance or use of any automobile. Excess Annual Aggregate Limit: $1,000,000 dollars During the term of this Contract and any renewal thereto, the Contractor, and any agent of the Contractor, at its sole cost and expense, shall maintain the required insurance coverage as described in the Contract. FCPH may require the Contractor to provide respective certificate(s) of insurance in order to verify coverage. Failure to provide a requested certificate within a seven (7) calendar day period may be considered as default. Section 5 Time of Performance Section 5.01 Time of Contract The Contract is effective on the later of the Effective date or the date upon the signatures of the FCPH Health Commissioner. The Contract beginning date is subject to the approval of the Board of the Franklin County General Health District. This Contract will remain in effect until the end date as noted on the Contract or until the Contract is fully performed by both parties or until it terminates in accordance with the termination language of the Contract. Section 5.02 Contract Extension and Price Increase This Contract allows for two (2) optional one-year extension periods. Upon agreement by the parties to any extension period, all prices during such contract extension period will be firm and fixed for that extension period. The Contractor, unless otherwise stated, may request up to a 1.5 % price or unit cost increase 45 -days before the extension date of the Contract. All price increase requests must have verifiable justification. FCPH may request, based on economic conditions, a price decrease with verifiable justification prior to granting any contract extension. Any justified price increases or decreases for any extension period must be approved byFCPH and the Jurisdiction. Section 5.03 Contract Extension at the End of Any Contract Period The Contract shall automatically remain in effect for up to 90 days, at the option of FCPH, to allow for the completion of the Contract or award of a new contract. Any such extension shall be in accordance with the terms and conditions of this Contract. After 90 days the Contract is considered expired and no further work can be started or completed after this date. Work completed before this date may be paid for by the Jurisdiction. However, any work completed after the 90 -day extension date shall not be paid for by FCPH and the Jurisdiction. This extension does not require the approval of the FCPH Health Commissioner. Section 6 Invoicing, Payment and Taxes Section 6.01 Standard Invoice and Payment Any payment made to the Contractor under this Contract will be made by the Jurisdiction. FCPH and Franklin County have no financial obligation for the services rendered under this Contract. The Contractor shall invoice the Jurisdiction independently for all Integrated Mosquito Management services selected by the Jurisdiction, as noted in Exhibit 1 — Updated Appendix E Pricing. Storm Drain/Catch Basin Treatment, RAMP Testing, and Additional RAMP Testing (if applicable) invoices will be charged to each Jurisdiction and invoiced quarterly based on the per unit cost provided by the Contractor only for the actual number of storm drains/catch basins treated, RAMP tests, and additional RAMP tests (if applicable) during that quarter. Larvae/Pupae Treatment, CDC Light Traps (and additional CDC light traps, if applicable), BG Sentinel Traps, Gravid Traps, Disease/Barrier/Event Spraying and Floodwater/Nuisance Spraying (if applicable) shall be invoiced to each participating Jurisdiction in four quarterly installments per year by calculating the total cost per year and equally dividing over four quarters. Detailed billing information, including contact person(s) for each Jurisdiction will be provided to the Contractor upon contract award. Any and all Jurisdictions, outside the responsibility of FCPH, are responsible for all orders, invoices, payment, and / or tracking. All invoices must be submitted using a standard billing form on Contractor's letterhead. Each invoice must contain, at a minimum: 1) Jurisdiction Name 2) Service provided (Ramp, Adult Mosquito Control, etc.) 3) Date of Report and Billing period 4) Pricing (must match Contract pricing) 5) Remit to address 6) Customer service telephone number Section 6.02 Payment Due Date The Jurisdiction may make payments within 45 -days from the day the invoice is received and/or acceptance of supplies or services. The Jurisdiction will only process an invoice for payment after delivery and acceptance of the ordered supplies or services have been completed or transpired. The Jurisdiction will not pay late fees, interest, or other penalties for later payment, unless otherwise stated. Any and all Jurisdictions/entity authorized to utilize this Contract, outside the responsibility of FCPH, is responsible for all orders, invoices, payment, and / or tracking. Section 6.03 Taxes The Jurisdiction is exempt from all federal, state, and local taxes. The Jurisdiction will not pay any taxes on supplies or services purchased from Contractor. A tax-exempt certificate will be provided on request to the Contractor. Section 7 Contract Administration and Reports Section 7.01 Contract Administration FCPH will be responsible for the administration of the Contract and will monitor the Contractors performance and compliance with the terms, conditions, and specifications of the Contract. If any Jurisdiction observes any infraction(s), such shall be documented and conveyed to FCPH for immediate remedy. The Contractor will be notified by FCPH and/or the Jurisdiction and failure for the Contractor to rectify the infraction(s) may result in Contractor being deemed in default, whereas, FCPH and/or the Jurisdiction may apply the termination clauses of this Contract. Section 7.02 Out of Scope Work and Contract Modification The Contractor is not allowed to perform any work that is out of scope. If the Contractor believes that the work being requested to be performed is out of scope it must be brought to the attention of FCPH's Environmental Health Division Manager. Any work that is out of scope, if it is determined to be necessary by FCPH and the Jurisdiction, must be added to the Specifications and Scope of Work through a written contract modification that is approved by FCPH, who has the sole authority to modify the Contract. Approval of a contract modification under this section by FCPH shall be at their sole and complete discretion. If the Contractor knowingly performs work that is out of scope and does so without the proper written authorization from FCPH, they do so at the their own risk. FCPH and the Jurisdiction will not be liable for any cost of the work performed that was out of scope and done without the proper authorization. Section 7.03 Status Reports FCPH may request various reports regarding performance of this Contract in accordance with Exhibit 2 — Updated Appendix F Specifications and Scope of Work. The Contractor will respond to such requests in a timely manner and at no charge to FCPH or any/all participating Jurisdictions. 1. Reports required under the specifications of FCPH and the Jurisdiction will be provided within the required timeframes, in the required format, and to the stipulations of FCPH and the Jurisdiction. 2. Upon request, and at no cost to FCPH and the Jurisdiction, the Contractor shall be required to provide updates and status with regard to milestones and timelines to FCPH as directed by the department. Electronic media is the preferred method of these reports. Delivery timeframe of such reports, after notification, may be deemed as deficiency and may result in corrective action being taken by FCPH and the Jurisdiction. Section 7.04 Developed Materials All materials that have been prepared, written, created, or developed pursuant to the specifications in this Contract shall become the property of FCPH and may be returned only at FCPH's discretion. Furthermore, FCPH owns the entire title, right, and interest to said materials including the right to reproduce or distribute said material. Section 7.05 Quality Assurance The Contractor is responsible for the quality of the equipment, supplies and services provided to FCPH and the Jurisdiction under this Contract. "Supplies" as used in this section includes, but is not limited to chemicals, vehicles, sprayers, applicators, and other materials. FCPH will be responsible for monitoring and enforcing all of the provisions on behalf of the participating Jurisdictions. FCPH reserves the right to inspect all supplies provided under this Contract to include the storage of those supplies. If, during the course of the inspection of the supplies, FCPH determines that the supplies are non -conforming to the specifications or that they have expired per the manufacturers' usage dates, the Contractor shall be required to replace said supplies at no cost to FCPH or any/all participating Jurisdictions. Failure to replace the supplies will be considered a default of the Contract. FCPH reserves the right to inspect the application of all pesticides used in the performance of this Contract. FCPH shall perform inspections in a manner that will not unduly delay the work. If, during the course of the inspections, FCPH determines that the Contractor is not applying the chemicals to the manufacturers' recommended procedures, FCPH reserves the right to stop the process and require the Contractor to correct their application process at no cost to FCPH or any/all participating Jurisdictions. If the Contractor fails to correct the application process it will be considered a default of the Contract. Section 7.06 Warranties Unless otherwise stated, all supplies shall be new and unused and only when authorized, recycled or refurbished products. All products shall carry manufacturer warranties. The Contractor warrants all supplies to be free from defects in labor, material and manufacturing and to be in compliance with the Contract specifications. FCPH and the Jurisdiction reserve the right to request all warranty documentation. The Contractor shall provide warranty information requests within seven (7) calendar days. Failure to provide requested reports within seven (7) calendar days, after notification, may be deemed as a default of the Contract and FCPH and the Jurisdiction may take such actions as allowed under Section 8.02. Section 8 Contract Cancellation; Termination; Remedies Section 8.01 Contract Cancellation FCPH and the Jurisdiction may cancel this Contract upon any one of the following events. The cancellation will be effective on the date delineated by FCPH. 1) 90 -Day Notice Termination FCPH and the Jurisdiction reserve the right to terminate the resulting Contract immediately by giving the vendor 90 -days written notification. If this Contract is terminated for convenience, the Jurisdiction shall be liable only for payment under the payment provisions of the Contract for goods and services rendered before the effective date of termination. 2) Non -Appropriation of Funds This Contract is contingent upon the Jurisdiction's budgeting and appropriating the funds on an annual basis necessary for the continuation of this Contract in any Contract year. In the event that the funds necessary for the continuation of this Contract are not approved for expenditure in any year or if appropriations are cancelled during the fiscal year, FCPH and the Jurisdiction reserves the right to allow any Jurisdiction to withdraw their portion of Integrated Mosquito Management services due to lack of funds. Contract shall terminate on the last day of the fiscal year in which funding was approved or upon notification that funding was cancelled, without penalty to FCPH and the Jurisdiction. FCPH and the Jurisdiction will provide the Contractor with written notification within 10 business days after being notified that the funding is no longer approved or has been cancelled. Withdrawing Jurisdictions will also notify FCPH within 10 business days after being notified that the funding is no longer approved or has been cancelled. No matter how many Jurisdictions withdraw from this Contract due to non - appropriation of funds, the Contractor must continue to honor all Integrated Mosquito Management services to all remaining Jurisdictions, cities and townships as contracted. 3) Cancellation for Failure to Retain Certification Pursuant to the requirements as stated in the Contract, all certifications and / or registrations must be maintained for the life of the Contract. Failures to renew any certification(s), or the de -certification by certifying entity, may result in the immediate termination of the Contract. 4) Cancellation for Financial Instability FCPH and the Jurisdiction may cancel this Contract by written notice to the Contractor if a petition in bankruptcy or similar proceeding has been filed by or against the Contract. Section 8.02 Termination for Default FCPH or the Jurisdiction may, subject to the paragraphs below, by written notice of default to the Contractor, terminate this Contract in whole or in part if the Contractor fails to: a) Deliver the supplies or to perform the services within the time specified in this Contract or any extension; b) Make progress, so as to endanger performance of this Contract or the services required under this Contract. 1) FCPH and the Jurisdiction may exercise its right to terminate this Contract under this Section of the Contract if after receipt of the notice from FCPH and the Jurisdiction specifying the failure the Contractor to perform such services, the Contractor does not offer a plan to cure such failure within 10 -days (or more if authorized in writing by FCPH and the Jurisdiction) in a manner acceptable to FCPH and the Jurisdiction. 2) If FCPH and the Jurisdiction terminates this Contract in whole or in part, for default under this Section 8.02 it may acquire, under the terms and in the manner, FCPH and the Jurisdiction considers appropriate, supplies or services similar to those terminated, and the Contractor will be liable to FCPH and the Jurisdiction for any excess costs for those supplies or services. The maximum amount of liability of the Contractor shall not exceed the total amount of fees that have been paid to the Contractor as of the termination date of the Contract. However, the Contractor shall continue the work not terminated. 3) Force Majeure: Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include (1) acts of God or of the public enemy, (2) acts of the Government in either its sovereign or Contractual capacity, (3) fires, (4) floods, (5) epidemics, (6) quarantine restrictions, (7) strikes, (8) freight embargoes, (9) unusually severe weather. In each instance, the failure to perform must be beyond the control and without the fault or negligence of the Contractor. 4) If failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is beyond the control of the Contractor and subcontractor, and without fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted supplies or services were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. Section 8.03 Actual Damages Contractor is liable for all damages caused by the Contractor's default or gross negligence. FCPH or the Jurisdiction may buy substitute services or supplies, from a third party, for those that were to be provided by the Contractor. FCPH or the Jurisdiction may recover the costs associated with acquiring substitute supplies or services, less any expense or costs saved by Contractor's default, from Contractor. The maximum amount of the liability to the Contractor shall not exceed the total amount of the payments that have been paid to the Contractor as of the termination date of the Contract. Section 9 Certifications and Affidavits Section 9.01 Contractor's Warranty against an Unresolved Finding for Recovery Ohio Revised Code (O.R.C.) §9.24 prohibits FCPH and the Jurisdiction from awarding a Contract to any Contractor against whom the Auditor of the State has issued a finding for recovery if the finding for recovery is "unresolved" at the time of the award. By signing this Contract, the Contractor warrants that it is not now, and will not become subject to an "unresolved" finding for recovery under O.R.C. §9.24, without notifying FCPH and the Jurisdiction of such finding. If, after the Contract is awarded, it is determined that an "unresolved" finding for recovery had been issued against the Contractor prior to the award, the Contract shall be void. The Contractor understands that Contractor shall be responsible to FCPH and the Jurisdiction for any expenditure against the Contract. Section 9.02 Suspension and Debarments FCPH and the Jurisdiction will not award a contract for goods or services, funded in whole or in part with Federal funds, to a person or vendor who has been suspended or debarred from doing business with the State of Ohio or who appears on the Federal List of Excluded Parties Listing System https://epls.amet.gov/. Section 9.03 Legal Compliance The Contractor agrees to comply with all applicable local, state, and federal laws in the performance of the work specified in the Contract including applicable state and federal laws regarding drug-free work places. The Contractor will be required to accept full responsibility for payment of all taxes and insurance premiums including, but not limited to; Unemployment Compensation insurance premiums, Workers' Compensation, all income tax deductions, Social Security deductions, and any other taxes or payroll deductions required for all employees engaged by the Contractor in the performance of the work specified in this Contract. Section 9.04 Workers' Compensation Provision The Contractor shall be required to carry Workers' Compensation Liability Insurance as required by Ohio law for any work to be performed within the state of Ohio, as applicable by law. Unless otherwise listed in the RFP specifications, the Contractor will be required to provide said certificate within seven (7) calendar days after notification to award to: Franklin County, Purchasing Department, 25`" Floor, 373 S. High St., Columbus, OH 43215-6315. Failure to provide certificate within the stated time period may deem the Contractor as non-responsive and dismissal of award recommendation. Failure to maintain Workers' Compensation Liability Insurance coverage as required by law and any renewal thereto will be considered as a default. Section 9.05 Non -Collusion Certification By the signature affixed on Exhibit A-1 of Appendix A (Non -Collusion Affidavit) of the RFP, the Contractor certifies that he/she is (sole owner, partner, president, secretary, etc.) of the party making the forgoing submission; that such submission is genuine and not collusive or sham; that Contractor has not colluded, conspired or agreed, directly or indirectly, with any Contractor or person, to put in a sham submission; or colluded or conspired to have another not submit a submission and has not in any manner, directly or indirectly, sought by agreement or collusion or communication or conference, with any person to fix the submission price or any other Contractor, or that of any other Contractor, or to secure any advantage against any Contractor or any person or persons interested in the proposed Contract and that all statements contained in the submission are true; and further, that the Contractor has not, directly or indirectly, submitted this, or the contents thereof, or divulged any related information or data to any association or to any member or agent of any association. Section 9.06 Non -Discrimination / Equal Opportunity The Contractor agrees that in the hiring of employees for the performance of work under the Contract Contractor shall not, by reasons of race, color, religion, sex, age, disability or military status, veteran status, national origin, or ancestry, sexual orientation, or gender identity, discriminate against any citizen of this state in the employment of a person qualified and available to perform the work to which the Contract relates. That the Contractor or any person acting on behalf of Contractor, shall not, in any manner, discriminate against, intimidate, or retaliate against any employee hired for the performance of work under the Contract on account of race, color, religion, sex, age, disability or military status, veteran status, national origin, or ancestry, sexual orientation, or gender identity. By the signature affixed on Exhibit A-2 of Appendix A (Non -Discrimination /Equal Opportunity Affidavit) of the RFP, the Contractor certifies that he/she complies with the express language contained in § 125.111 of the Ohio Revised Code regarding Non -Discrimination / Equal Opportunity. All Contractors who Contract with the state or any of its political subdivisions for materials, equipment, supplies, Contracts of insurance, or services shall have a written affirmative action program for the employment and effective utilization of economically disadvantaged persons, as defined in §122.71 of the Ohio Revised Code. Annually, each such Contractor shall file a description of the affirmative action program and a progress report on its implementation with the equal employment opportunity officer of the department of administrative services. Section 9.07 Lobbyist/Consultant Declaration Form In order to maintain transparency in the FCPH procurement process, the Contractor is required to list the name, company and address of any lobbyist or consultant that assisted them with the RFP which they have submitted to FCPH for their consideration for an award. The information should be provided utilizing Exhibit A-4 of Appendix A of the RFP. If more than one Lobbyist or Consultant provided assistance then the Contractor should provide one Exhibit A-4 for each Lobbyist or Consultant. Section 10 Special Considerations Section 10.01 Jurisdictions Obtaining Services in Subsequent Years Any Jurisdiction who submitted pricing in response to the RFP as detailed in Exhibit 1 — Updated Appendix E Pricing that does not participate in Integrated Mosquito Management services during the first year of the Contract due to financial constraints or due to the fact that they are performing the services internally may elect to participate during subsequent years in accordance with the terms of this Section. If a Jurisdiction elects to participate in subsequent years, such Jurisdiction may only do so if they provide written notice to FCPH and the Contractor within 60 days of the anniversary date of the award of the Contract of their intent to participate and the level of services that are being required. If the Jurisdiction provides the notice in accordance with this Section, such Jurisdiction, FCPH and the Contractor shall enter into a separate agreement to document the services to be provided by the Contractor as well as the negotiated pricing sheet that is applicable to the Jurisdiction's election. If such election is not made in accordance with the terms of this Section, FCPH and the Contractor, in their sole and absolute discretion, can agree to waive the notice requirement by entering into separate agreement to document the services to be provided by the Contractor as well as the negotiated pricing sheet that is applicable to the Jurisdiction's election. Section 10.02 Vehicles and Vehicle Registration The Contractor shall provide and maintain a sufficient number of vehicles to deliver all services in accordance with the terms and conditions of this Contract. The Contractor shall maintain a copy of the current vehicle registration, insurance, and license (when applicable) in each vehicle. The Contractor shall ensure that all vehicles used in the performance of this Contract: 1) Shall be maintained in a state of good repair that will allow for safe transport. 2) Shall have clean interior that is in good condition (free from tears or rips in upholstery). 3) Shall have a clean exterior that is free of large dents. 4) Shall be currently registered in Franklin County, State of Ohio, and have current Ohio license plates affixed to the vehicles. 5) Shall have, at all times the vehicle is used for services under this Contract, signage provided by FCPH affixed to the vehicle which identifies it as FCPH Integrated Mosquito Management Services. For any individual who is driving the Contractor's vehicle in the performance of services under this Contract, the Contractor shall also conduct appropriate due diligence on such individual's driving record and ensure that the individual has a current and valid driver's license. The Contractor shall have Certificates of Insurance providing that during the term of the Contract the Contractor shall be insured at all locations where it undertakes business operations for the types of insurance and limits of liability as indicated in Section 4.09 of this Contract. Upon request, copies of these Certificates shall be made available to FCPH. 1) These policies shall contain the following special provisions: The Company agrees that thirty (30) days prior to cancellation or reduction of the insurance afforded by this policy with respect to the Contract involved, written notice shall be delivered to: Franklin County Public Health located at 280 E. Broad Street, Columbus, OH 43215. The Contractor shall notify FCPH within 24 hours of any adverse incidents or traffic accidents while performing services under this Contract and document the notification on an adverse incident report. This adverse incident report shall be forwarded to the FCPH. The Contractor shall notify FCPH in writing 30 days in advance if they intend to replace any vehicle. Any vehicle that is replaced shall meet all requirements as stated above. Section 10.03 Equipment The Contractor shall notify FCPH in writing 30 days in advance if they intend to replace or add any equipment that is used for mosquito control. This equipment shall be approved by FCPH. The Contractor shall notify FCPH within 24 hours of any equipment that breaks down, is out of commission or is unable to perform according to any standards set forth in this Contract. The Contractor assumes all liability of storing any and all equipment in FCPH operations site of the Integrated Mosquito Management services program. FCPH reserves the right to inspect any and all equipment at any time. The Contractor is responsible for furnishing and maintaining all hardware necessary to run and utilize the software provided by FCPH. Section 10.04 Personnel The Contractor shall provide, at a minimum, the number of personnel and the expertise as outlined in Exhibit 2 — Updated Appendix F Specifications and Scope of Work to perform all work in accordance with the terms and conditions of this Contract. The Contractor will provide any additional personnel that may be required to perform such work at no additional cost to FCPH or the Jurisdiction. Section 10.05 Background Checks Contractor is required to prudently screen all employees that will perform any type of work under the terms of this Contract and the Specifications. Background and police checks must be a part of this screening. Before any new applicator is assigned to a Franklin County facility, FCPH shall be furnished an original copy of the Franklin County Sheriff's Check consisting of the following: (1) FBI Check, (2) BCI Check, (3) Franklin County Sheriff's Check, and (4) County of Residence Check. Under no condition shall a Contractor employee(s) perform duties without a complete background check issued by the Franklin County Sheriff's Department. No convicted felons or chronic offenders shall be used at any FCPH facility. Employees of the Contractor are subject at all times to searches, polygraph testing and finger printing by the Franklin County Sheriff's Department. Investigations must consist of a complete check of the applicant's employment record for the prior ten (10) year period or beginning at 19 years of age. The Contractor must contact the Sheriff's Department (614) 525-5090 to schedule an appointment for background checks. The Contractor must provide a letter of authorization to the Sheriff's Department naming Contractor's employees to receive a background check. All Contractor employees must report to: Franklin County Sheriffs Department Photo Lab, 410 South High Street, Fifth Floor, Columbus, Ohio 43215. The Contractor shall be responsible to pay the cost of the background check in full and must make payment directly to the Franklin County Sheriffs Department. Section 10.06 Public Record and Treatment of Confidential and Proprietary Information Pursuant to Ohio Revised Code 149.43, all information submitted by the Contractor shall be considered a public record. In the event FCPH, the Jurisdiction or Franklin County Purchasing receives any request for any information received as part of this Contract, FCPH and the Jurisdiction will immediately take steps to release the information to the requesting party. In the event the competitive submittal was an RFP, then in accordance with 307.862 (c) the information will be released as soon as the Contract is approved by the Franklin County General Health District (FCPH). Section 10.07 Governing LawNenue This Contract shall be governed by the laws of the State of Ohio (regardless of the laws that might be applicable under principles of conflicts of law) as to all matters, including but not limited to matters of validity, construction, effect and performance. All actions regarding this Contract shall be forumed and venued in the Court of Common Pleas Civil Division located in Franklin County, Ohio and the parties hereby consent to the Jurisdiction of such court. Section 10.08 Independent Status of the Contractor 1) The parties will be acting as independent Contractors. The partners, employees, officers, and agents of one party will act only in the capacity of representatives of that party and not as employees, officers, or agents of the other party and will not be deemed for any purpose to be such. Each party assumes full responsibility for the actions of its employees, officers, and agents, and agents while performing under this Contract and will be solely responsible for paying its people. Each party will also be alone responsible for withholding and paying income taxes and social security, workers' compensation, disability benefits and the like for its people. Neither party will commit, nor be authorized to commit, the other party in any manner. 10 2) The Contractor shall have no claim against FCPH and the Jurisdiction for vacation pay, sick leave, retirement benefits, social security, worker's compensation, health or disability benefits, unemployment insurance benefits, or other employee benefits or any kind. Section 10.09 Entire Agreement/Amendment/Waiver This Contract and its exhibits and schedules and any documents referred to herein or annexed hereto constitute the complete understanding of the parties. This Contract shall not be changed, modified, terminated or amended except by a writing signed by a duly authorized officer of each party to this Contract. Any waiver must be in writing. Any waiver shall constitute a waiver of such right or remedy only and not of any other right or remedy of the waiving party. For purposes of any amendments or waivers, such amendment and waivers shall only be binding against FCPH and the Jurisdiction if signed by FCPH and the Jurisdiction. Section 10.10 Green Initiatives By adoption of Resolution 432-17, the Franklin County Board of Commissioners have reaffirmed the County's commitment to the mutually compatible goals of environmental protection and economic growth, and also expressed its intention to promote sustainable principles in policy decisions and programs. In that spirit, FCPH and the Jurisdiction (a) promotes the purchase and use of products and services that enhance environmental, social and economic health; (b) develops waste management policies that reduce the amount of materials directed to landfills for disposal; and, (c) improves air quality through environmentally appropriate fleet management practices through deployment of alternate fuel and hybrid electric vehicles. It is the Board of Commissioners intent to support the green energy economy through workforce partnerships and doing business with Contractors of goods and services who promote sustainable environmental policies within their own businesses and while doing business with Franklin County, FCPH and the Jurisdiction. Affixing a company name to Appendix H Commitment to Promoting Fuel Efficiency and Reducing Air Pollution of the proposal, the Contractor certifies that it supports the Franklin County Commissioner's "Green" philosophy and initiatives. Section 10.11 Notices All notices and other communications which may or are required to be given hereunder shall be in writing and shall be deemed duly given if personally delivered, or sent by overnight express courier, or sent by United States mail, registered or certified, return receipt requested, postage prepaid, to the address set forth hereunder or to such other address as the other party hereto may designate in written notice transmitted in accordance with this provision. If either overnight express courier or United States mail delivery is not available or delivery is uncertain, then notices may be given by telecopier or by e-mail. Notice shall be sent to the following addresses: To the: Clarke Environmental Mosquito Management, Inc. Attention: Joel Fruendt, General Manager 675 Sidwell Court Saint Charles, IL 60174 Telephone (630) 894-2000 Facsimile: (630) 443-3070 If to the FCPH: Charlie Broschart, RS Environmental Health Division Manager Franklin County Public Health 280 East Broad Street Columbus, OH 43215-4562 Telephone: (614) 525-3849 Direct Facsimile: (614) 525-3851 Fax With a copy to: Franklin County Purchasing Department Attention: Purchasing Director 373 S. High Street, 25"' Floor Columbus, OH 43215 Telephone: (614) 525-7266 Facsimile: (614) 525-3144 11 Section 10.12 Off -Shore Activities No portion of this Contract may be performed offshore. All services under this Contract shall be performed within the borders of the United States. Any services that are described in the specifications or scope of work that directly pertain to servicing this Contract shall be performed within the borders of the United States. This shall include any back up services for data, back office services and work performed by subcontractors at all tiers. Section 10.13 Time of the Essence The time limits and time lines set forth herein are of the essence of this Agreement. The Contractor has reviewed and approved all such time limits and time lines and confirms that all such limits are reasonable periods of time for its performance hereunder. Section 10.14 Offset The Jurisdiction may set off any amounts the Contractor owes the Jurisdiction under this or other contracts against any payments due from the Jurisdiction to the Contractor under this or any other contracts with the Jurisdiction. Section 10.15 Travel Expenses Any travel that the Contractor requires to perform its obligations under the Contract will be at the Contractor's expense. Section 10.16 Headings The headings used in this Contract are for convenience only and will not affect the interpretation of any of the contract terms and conditions. Section 10.17 Survivorship All sections herein relating to payment, confidentiality, license and ownership, indemnification, publicity, construction warranties, limitations of warranties and limitations on damages shall survive the termination of this Contract. 12 IN WITNESS WHEREOF, the parties of this Contract hereto have set their hands and seal, and have executed this Contract on the day and year written below. Franklin County General Health District, d.b.a. Franklin County Public Health Joe Mazzola, MPA Health Commissioner Clarke Environmental Mosquito Management, Inc. Joel Fruendt, General Manager Participating Jurisdiction: Authorized Signature Printed Name of Authorized Signature: Title: APPROVED AS TO FORM: Ron O'Brien Prosecuting Attorney Franklin County, Ohio By: Assistant Prosecuting Attorney EFFECTIVE DATE: January 1, 2019 (Unless otherwise specified): (Print Name of Jurisdiction) 13 Date Date Date Date EXHIBIT 1 UPDATED APPENDIX E — PRICING SHEETS (Page intentionally left blank) 14 UPDATED APPENDIX E - PRICING SHEETS (Revised 12/24/18) Cities Total $ 255,833.83 Villages Total $ 16,190.44 Townships Total $ 96,752.92 CONTRACT TOTAL $ 368,777.19 CITY OF BEXLEY (Disease Program Only Disease Mosquito Management Disease Mosquito Management Quantity Cost per Unit Larvae/Pupal Treatment Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 5.50 Storm Drain/Catch Basin Treatment 225 $ 4.89 $ 1,100.25 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 2 $ 856.09 $ 1,712.18 RAMP WNV Testing 50 $ 23.90 $ 1,195.00 Additional RAMP WNV Testing 0 $ 23.90 $ Cost per Unit Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 2,224.36 $ 1,022.09 Disease Program Total $ 8,241.47 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 1 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ - 8,241.47 CITY OF CANAL WINCHESTER Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 275.00 Storm Drain/Catch Basin Treatment 200 $ 4.89 $ 978.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 20 $ 23.90 $ 478.00 Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 1,971.78 Disease Program Total $ 7,160.55 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 1 1 $ 1,022.09 $ 1,022.09 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 347.96 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 1,370.05 8,530.60 CITY OF DUBLIN Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 13,750.00 Storm Drain/Catch Basin Treatment 500 $ 4.89 $ 2,445.00 CDC Light Traps 2 $ 1,022.09 $ 2,044.18 BG Sentinel 2 Traps 2 $ 982.09 $ 1,964.18 Gravid Traps 5 $ 856.09 $ 4,280.45 RAMP WNV Testing 125 $ 23.90 $ 2,987.50 Additional RAMP WNV Testing 175 $ 23.90 $ 4,182.50 Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 4,499.24 Disease Program Total $ 36,153.05 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 3 $ 1,022.09 $ 3,066.27 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 793.98 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 3,860.25 40,013.30 CITY OF GAHANNA Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 5,500.00 Storm Drain/Catch Basin Treatment 375 $ 4.89 $ 1,833.75 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 4 $ 856.09 $ 3,424.36 RAMP WNV Testing 100 $ 23.90 $ 2,390.00 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 3,591.56 Disease Program Total $ 18,743.85 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 3 $ 1,022.09 $ 3,066.27 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 633.81 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTALI $ 3,700.08 22,443.93 CITY OF GRANDVIEW HEIGHTS Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 27.50 Storm Drain/Catch Basin Treatment 100 $ 4.89 $ 489.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 1,518.76 Disease Program Total $ 5,493.03 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 268.02 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 268.02 5,761.04 CITY OF GROVE CITY Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 8,250.00 Storm Drain/Catch Basin Treatment 375 $ 4.89 $ 1,833.75 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 4 $ 856.09 $ 3,424.36 RAMP WNV Testing 100 $ 23.90 $ 2,390.00 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 2,231.69 Disease Program Total $ 20,133.98 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 3 1 $ 1,022.09 $ 3,066.27 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 393.83 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 3,460.10 23,594.08 CITY OF GROVEPORT Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 1,375.00 Storm Drain/Catch Basin Treatment 200 $ 4.89 $ 978.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All inclusive Price - (Enter Total Cost Only) $ 1,518.76 Disease Program Total $ 7,329.53 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price -;(Enter Total Cost Only) $ 268.02 $ Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTALI $ 268.02 7,597.54 CITY OF HILLIARD Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price -'(Enter Total Cost Only) $ 5,500.00 Storm Drain/Catch Basin Treatment 400 $ 4.89 $ 1,956.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 4 $ 856.09 $ 3,424.36 RAMP WNV Testing 100 $ 23.90 $ 2,390.00 Additional RAMP WNV Testing 25 $ 23.90 $ 597.50 Disease/Barrier/Event Spraying All Inclusive Price -(Enter Total Cost Only) $ 4,020.14 Disease Program Total $ 19,892.18 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Cost per Unit Total Cost Additional CDC Light Traps 3 $ 1,022.09 $ 3,066.27 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 709.44 $ Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 3,775.71 23,667.89 CITY OF NEW ALBANY Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price -'(Enter Total Cost Only) $ 550.00 Storm Drain/Catch Basin Treatment 200 $ 4.89 $ 978.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 2 $ 856.09 $ 1,712.18 RAMP WNV Testing 50 $ 23.90 $ 1,195.00 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All inclusive Price -'(Enter Total Cost Only) $ 1,518.76 Disease Program Total $ 7,958.12 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 1 $ 1,022.09 $ 1,022.09 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 268.02 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 1,290.11 9,248.22 CITY OF PICKERINGTON Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price -(Enter Total Cost Only) $ 5,500.00 Storm Drain/Catch Basin Treatment 300 $ 4.89 $ 1,467.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 2 $ 856.09 $ 1,712.18 RAMP WNV Testing 50 $ 23.90 $ 1,195.00 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 2,224.36 Disease Program Total $ 14,102.72 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 2 1 $ 1,022.09 $ 2,044.18 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 392.53 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 2,436.71 16,539.43 CITY OF REYNOLDSBURG Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 5,500.00 Storm Drain/Catch Basin Treatment 350 $ 4.89 $ 1,711.50 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 4 $ 856.09 $ 3,424.36 RAMP WNV Testing 100 $ 23.90 $ 2,390.00 Additional RAMP WNV Testing 10 1 $ 23.90 $ 239.00 Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 2,679.01 Disease Program Total $ 17,948.05 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 3 $ 1,022.09 $ 3,066.27 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 472.77 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 3,539.04 21,487.08 CITY OF UPPER ARLINGTON Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 550.00 Storm Drain/Catch Basin Treatment 425 $ 4.89 $ 2,078.25 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 3 $ 856.09 $ 2,568.27 RAMP WNV Testing 75 $ 23.90 $ 1,792.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 2,881.07 Disease Program Total $ 11,874.27 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 2 $ 1,022.09 $ 2,044.18 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 508.42 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 2,552.60 14,426.88 CITY OF WESTERVILLE + Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price = (Enter Total Cost Only) $ 16,500.00 Storm Drain/Catch Basin Treatment 600 $ 4.89 $ 2,934.00 CDC Light Traps 2 $ 1,022.09 $ 2,044.18 BG Sentinel 2 Traps 2 $ 982.09 $ 1,964.18 Gravid Traps 5 $ 856.09 $ 4,280.45 RAMP WNV Testing 125 $ 23.90 $ 2,987.50 Additional RAMP WNV Testing 185 $ 23.90 $ 4,421.50 Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) -; $ 4,116.29 $ Disease Program Total $ 39,248.10 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 3 $ 1,022.09 $ 3,066.27 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 726.40 $ Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 3,792.67 43,040.77 CITY OF WHITEHALL Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 550.00 Storm Drain/Catch Basin Treatment 225 $ 4.89 $ 1,100.25 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 2 $ 856.09 $ 1,712.18 RAMP WNV Testing 50 $ 23.90 $ 1,195.00 Additional RAMP WNV Testing 0 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price -`(Enter Total Cost Only) $ 3,109.21 Disease Program Total $ 9,670.82 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 1 $ 1,022.09 $ 1,022.09 Floodwater/Nuisance Spraying All Inclusive Price- (Enter Total Cost Only) $ 548.68 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 1,570.77 11,241.60 VILLAGE OF LOCKBORNE Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 137.50 Storm Drain/Catch Basin Treatment 20 $ 4.89 $ 97.80 CDC Light Traps 0 $ 1,022.09 $ - BG Sentinel 2 Traps 0 $ 982.09 $ 982.09 Gravid Traps 0 $ 856.09 $ 856.09 RAMP WNV Testing 0 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 254.21 * RAMP tests provided to Grandview Heights Disease Program Total $ 489.51 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ $ 1,022.09 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 44.86 $ Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 44.86 534.37 VILLAGE OF MARBLE CLIFF (Disease Program Onlyl Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 27.50 Storm Drain/Catch Basin Treatment 15 $ 4.89 $ 73.35 CDC Light Traps 0 $ 1,022.09 $ - BG Sentinel 2 Traps 0 $ 982.09 $ 982.09 Gravid Traps 0 $ 856.09 $ 856.09 RAMP WNV Testing* 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 254.21 * RAMP tests provided to Grandview Heights Disease Program Total $ 952.56 Floodwater/Nuisance Mosquito Management I Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ Floodwater/Nuisance Sprayingl All Inclusive Price - (Enter Total Cost Only) Floodwater/Nuisance Program Total $ - DISEASE & NUISANCE TOTAL $ 952.56 VILLAGE OF OBETZ Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 275.00 Storm Drain/Catch Basin Treatment 200 $ 4.89 $ 978.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1$ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 1,518.76 Disease Program Total $ 6,229.53 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 268.02 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 268.02 6,497.54 VILLAGE OF RIVERLEA -- O•ogram Only) Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 27.50 Storm Drain/Catch Basin Treatment 25 $ 4.89 $ 122.25 CDC Light Traps 0 $ 1,022.09 $ - BG Sentinel 2 Traps 0 $ 982.09 $ 982.09 Gravid Traps 0 $ 856.09 $ 856.09 RAMP WNV Testing 0 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 270.51 Disease Program Total $ 420.26 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ - 420.26 VILLAGE OF URBANCREST Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 1,375.00 Storm Drain/Catch Basin Treatment 50 $ 4.89 $ 244.50 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 632.27 Disease Program Total $ 5,709.54 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 111.58 1,133.67 1,964.59 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 111.58 5,821.12 VILLAGE OF VALLEYVIEW Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 27.50 Storm Drain/Catch Basin Treatment 35 $ 4.89 $ 171.15 CDC Light Traps 0 $ 1,022.09 $ - BG Sentinel 2 Traps 0 $ 982.09 $ Gravid Traps 0 $ 856.09 $ RAMP WNV Testing 0 $ 23.90 $ Additional RAMP WNV Testing 0 $ 23.90 $ Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 632.27 Disease Program Total $ 830.92 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 1 $ 1,022.09 $ 1,022.09 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 111.58 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 1,133.67 1,964.59 BROWN TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price -(Enter Total Cost Only) $ 687.50 Storm Drain/Catch Basin Treatment 65 $ 4.89 $ 317.85 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 809.89 Disease Program Total $ 5,273.01 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All inclusive Price - (Enter Total Cost Only) $ 142.92 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTALI $ 142.92 5,415.94 CLINTON TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 55.00 Storm Drain/Catch Basin Treatment 200 $ 4.89 $ 978.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 1,339.50 Disease Program Total $ 5,830.27 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 236.38 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 236.38 6,066.66 FRANKLIN TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 275.00 Storm Drain/Catch Basin Treatment 200 $ 4.89 $ 978.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 2 $ 856.09 $ 1,712.18 RAMP WNV Testing 50 $ 23.90 $ 1,195.00 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 2,224.36 Disease Program Total $ 8,388.72 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price -(Enter Total Cost Only) $ 392.53 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 392.53 8,781.25 HAMILTON TOWNSHIP ±' Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price -'(Enter Total Cost Only) $ 275.00' Storm Drain/Catch Basin Treatment 150 $ 4.89 $ 733.50 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price • (Enter Total Cost Only) , $ 1,339.50 Disease Program Total $ 5,805.77 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) - $ 236.38 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 236.38 6,042.16 JACKSON TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price -(Enter Total Cost Only) $ 275.00 Storm Drain/Catch Basin Treatment 100 $ 4.89 $ 489.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 811.52 Disease Program Total $ 5,033.29 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ 1,022.09 Floodwater/Nuisance Spraying All Inclusive Price -(Enter Total Cost Only) $ 143.21 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 143.21 5,176.50 JEFFERSON TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 550.00 Storm Drain/Catch Basin Treatment 225 $ 4.89 $ 1,100.25 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 2 $ 856.09 $ 1,712.18 RAMP WNV Testing 50 $ 23.90 $ 1,195.00 Additional RAMP WNV Testing 0 $ 23.90 $ Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 811.52 Disease Program Total $ 7,373.13 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total; Cost Additional CDC Light Traps 1 $ 1,022.09 $ 1,022.09 Floodwater/Nuisance Spraying All inclusive Price -{Enter Total Cost Only) $ 143.21 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 1,165.30 8,538.43 MADISON TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 1,100.00 Storm Drain/Catch Basin Treatment 225 $ 4.89 $ 1,100.25 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price- (Enter Total Cost Only) $ 1,782.75 Disease Program Total $ 7,440.77 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 314.60 173.98 5,381.64 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTALI $ 314.60 7,755.37 MIFFLIN TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 275.00 Storm Drain/Catch Basin Treatment 65 $ 4.89 $ 317.85 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 1,342.76 Disease Program Total $ 5,393.38 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 236.96 173.98 5,381.64 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTALI $ 236.96 5,630.34 NORWICH TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 275.00 Storm Drain/Catch Basin Treatment 100 $ 4.89 $ 489.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1 $ 856.09 $ 856.09 RAMP WNV Testing 25 $ 23.90 $ 597.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 985.89 Disease Program Total $ 5,207.66 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 173.98 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 173.98 5,381.64 PERRY TOWNSHIP Quantity Cost per Unit Total Cost Additional CDC Light Traps Disease Mosquito Management Quantity Cost per Unit Floodwater/Nuisance Spraying Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 55.00 Storm Drain/Catch Basin Treatment 50 $ 4.89 $ 244.50 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1.5 $ 856.09 $ 1,284.14 RAMP WNV Testing 38 $ 23.90 $ 908.20 Additional RAMP WNV Testing 0 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price -'(Enter Total Cost Only) $ 720.27 Disease Program Total $ 5,216.29 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Cost per Unit Total Cost Additional CDC Light Traps 1 $ 1,022.09 $ 1,022.09 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) r $ 127.11 $ Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTALI $ 1,149.20 6,365.48 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ - Floodwater/Nuisance Spraying All Inclusive Price -(Enter Total Cost Only) $ 143.21 Floodwater/Nuisance Program Total $ 143.21 DISEASE & NUISANCE TOTALI $ 2,056.48 PLEASANT TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 1,375.00 Storm Drain/Catch Basin Treatment 150 $ 4.89 $ 733.50 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 2 $ 856.09 $ 1,712.18 RAMP WNV Testing 50 $ 23.90 $ 1,195.00 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 811.52 Disease Program Total $ 7,831.38 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 1 $ 1,022.09 $ 1,022.09 Floodwater/Nuisance Spraying All Inclusive Price -'(Enter Total Cost Only) $ 143.21 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 1,165.30 8,996.68 PRAIRIE TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 1,375.00 Storm Drain/Catch Basin Treatment 200 $ 4.89 $ 978.00 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 3 $ 856.09 $ 2,568.27 RAMP WNV Testing 75 $ 23.90 $ 1,792.50 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 2,224.36 Disease Program Total $ 10,942.31 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Cost per Unit Total Cost Additional CDC Light Traps 2 $ 1,022.09 $ 2,044.18 Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 392.53 $ Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 2,436.71 13,379.02 SHARON TOWNSHIP (Disease Program Only) Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 55.00 Storm Drain/Catch Basin Treatment 55 $ 4.89 $ 268.95 CDC Light Traps 1 $ 1,022.09 $ 1,022.09 BG Sentinel 2 Traps 1 $ 982.09 $ 982.09 Gravid Traps 1.5 $ 856.09 $ 1,284.14 RAMP WNV Testing 38 $ 23.90 $ 908.20 Additional RAMP WNV Testing 0 1 $ 23.90 $ - Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 985.89 Disease Program Total $ 5,506.36 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 1 $ 1,022.09 $ Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 111.58 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 5,506.36 WASHINGTON TOWNSHIP Disease Mosquito Management Quantity Cost per Unit Total Cost Larvae/Pupal Treatment All Inclusive Price - (Enter Total Cost Only) $ 550.00 Storm Drain/Catch Basin Treatment 75 $ 4.89 $ 366.75 CDC Light Traps 0 $ 1,022.09 $ BG Sentinel 2 Traps 0 $ 982.09 $ Gravid Traps 0 $ 856.09 $ RAMP WNV Testing 0 $ 23.90 $ Additional RAMP WNV Testing 0 1 $ 23.90 $ Disease/Barrier/Event Spraying All Inclusive Price - (Enter Total Cost Only) $ 632.27 Disease Program Total $ 1,549.02 Floodwater/Nuisance Mosquito Management Quantity Cost per Unit Total Cost Additional CDC Light Traps 0 $ 1,022.09 $ Floodwater/Nuisance Spraying All Inclusive Price - (Enter Total Cost Only) $ 111.58 Floodwater/Nuisance Program Total $ DISEASE & NUISANCE TOTAL $ 111.58 1,660.60 VILLAGE OF BRICE (Not Participating) VILLAGE OF HARRISBURG (Not Participating) VILLAGE OF MINERVA PARK (Not Participating) BLENCION TOWNSHIP (Not Participating) TRURO TOWNSHIP (Not Participating) EXHIBIT 2 UPDATED APPENDIX F — SPECIFICATIONS AND SCOPE (Page intentionally left blank) 15 PENDIX F Specifications and Scope Table of Contents 1. Mosquito Larvae and Pupae — Control and Treatment 2. Storm Drain/Catch Basin — Treatment and Efficacy 3. Adult Mosquito Surveillance 4. Mosquito Disease Testing 5. Adult Mosquito Control — Disease Management 6m Adult Mosquito Control — Floodwater/Nuisance Management 7. ULV Equipment and Application 8. Do Not Spray Requests 9. Pesticide Resistance Testing 10. Record Keeping/Reporting 11. Mosquito Specific Software/Database 12. Service Requests 13. Public Education 14. Level of Expertise, Experience and Qualifications 15. Workplace, Employee and Pesticide Safety Plan 16. EPA National Pollutant Discharge Elimination System (LADES) Permit 17. Vehicle Requirements 18. Facility 19. Equipment Provided By FCP 20. Invoicing Participating Jurisdictions APPENDIX F Specifications and Scope of Work Franklin County Public Health (FCPH) is accepting proposals. for integrated mosquito management services from qualified vendors with the capability and capacity to provide services to FCPH and the jurisdictions within our health district that choose to participate. The awarded contract will result in a three-year (3) contract between FCPH, Contractor and each participating jurisdiction with the option of two (2), one-year (1) renewals. 1. Mos uito Larvae and PuRae — Control and Treatment a. Inspection and treatment of larval and pupal habitats may result from historical data, routine surveillance, geographical information, weather events, service requests and complaint investigations. Sources of mosquito breeding shall include, but is not limited to: ditches, swales, ponds, intermittent streams, tire piles, permanent water sites, temporary water sites, flood events, artificial containers, rain barrels, swimming pools, natural habitats, septic' and stagnant areas, and sewage treatment plants. Larvae and pupae control is applied in public areas and private property with permission from property owners or as directed by FCPH. b. Each participating jurisdiction shall receive unlimited larval and pupal treatment in order to control both disease carrying mosquitoes and floodwater/nuisance mosquitoes. FCPH has provided in Appendix M - 2015-2017 Larvicide and Storm Drain Data the number of square feet treated over the last three years, per participating jurisdiction. FCPH cannot provide estimates on the square footage of treatment for jurisdictions it did not serve in previous contracts. FCPH will provide to the Contractor, upon award, existing historical data in the form of electronic maps, Excel spreadsheets, hardcopy maps, treatment records or other data for areas that have been larvicided and/or pupicided for participating jurisdictions, if available. c. A particular challenge with integrated mosquito management is the larval and pupal control of Culex species, Aedes albopictus, Aedes aegypti and Aedes triseriatus. These are known vectors or potential vectors that are, or maybe found within Franklin County. FCPH and the Contractor will refer to best practices and guidelines from the Ohio Department of Health, Centers for Disease Control and Prevention, World Health Organization and/or other reputable agencies or sources for larval/pupal control of these species. The Contractor shall be responsible for actively treating and eliminating these species of mosquitoes using larvicide, pupacide or source reduction. d. The Contractor shall properly identify larva and pupa as well as appropriately apply larvicides/pupicides in order to eliminate and prevent larva and pupa. Continued surveillance and monitoring, and properly timed treatment of mosquito breeding sites is also required. Follow up inspections of treated mosquito breeding sites shall be conducted to verify the efficacy of applied larvicide(s) and pupicide(s). The frequency of the follow up inspections shall be based on the product's expected period of sustained control based on the label and formulation of the product. The Contractor will continue to treat such areas using an EPA registered pesticide or biological control as needed to prevent development and hatching until first frost. e. Records of all inspections, treatments and follow-up inspections shall be documented and access provided to FCPH according to the terms outlined in the Record Keeping/Reporting section of this RFP. f FCPH will periodically monitor breeding sites that have been treated by the Contractor with larvicide and/or pupacide, to determine pesticide efficacy and if breeding has been controlled by the application of the pesticide. Reports and findings will be provided to the Contractor by FCPH as a result of this monitoring. g. The Contractor must provide all equipment necessary to properly apply larvicides and pupicides under various conditions and situations. h. The Contactor shall use only EPA registered larvicides and pupicides labeled for mosquito control. Other biological controls such as Criumbusia afjinis may also be used, but only under the direction and determination of the FCPH. FCPH makes the final decision on what product(s) are used and/or applied. i. Appendix M - 2015-2017 Larvicide and Storm Drain Data are provided to show three (3) years' worth of data for the square footage of larvicide applied per jurisdiction. j. The proposer shall submit a list of all larvicides and pupicides intended to be used for this contract that include the label name, manufacturer, active ingredient(s), under what conditions, habitat or environment each larvicide or pupicide will or can be used, and how long the product will sustain control (there is no need to submit labels or Safety Data Sheets). Please use Appendix J - Larvicide/Pupacide Products to submit your list. k. On a separate sheet of paper, the proposer shall describe their experience, expertise and how they intend to implement an all-inclusive larvicide/pupicide programa as outlined in this Proposal including: applying larvicide and pupicide, proper identification of larva and pupa, staff training, record keeping, reports, mapping, equipment required and pesticide efficacy. In your proposal submission, please label this "Experience & Expertise in Implementing. Larvacide/Pupicide Program. " 1. On a separate sheet of paper, the proposer shall describe their experience, expertise and how they intend to implement a larvicide/pupicide program as outlined in this Proposal, specifically targeting Culex species, Aedes albvpictus, Aedes raegypta and Aedes triseriatus. These species require different larvicide/pupacide approaches and strategies in order to have effective control. Please include specific larviciding/pupaciding strategies to control these species. In your proposal submission, please label this "Experience & Expertise in Implementing Larvicde/Pupicide Program targeting Culex Species, Aedes albopictus, Aedes aegypti & Aedes triseriatus. " m. Utilizing Appendix E - Pricing, the proposer shall provide an all-inclusive annual cost for larva and pupa control for each jurisdiction. It is the vendor's responsibility to ensure all figures are calculated and totaled correctly. n. For invoicing purposes, the total cost per jurisdiction, per year for -inclusive larva and pupa control shall be equally divided over four quarters, and invoiced quarterly to each participating jurisdiction. 2 2. Storm Drain/Catch Basin — Treatment and Efficae a. All storm drains/catch basins located in participating jurisdictions on public roadways, streets, alleys, right-of-ways, and public parks that are breading or have the potential to breed mosquitoes shall be treated to prevent mosquito breeding and hatching by the application of larvicides and pupicides. FCPH will provide to the Contractor, upon award, any historical data of treated storm drains/catch basins. b. FCPH in cooperation with: the Contractor shall determine each year the timing of the initial treatment of storm drains/catch basins. Weather patterns and weather events influence the decision and timing of storm drain/catch basin treatment. c. All storm drains/catch basins shall be inspected by the Contractor annually to determine if they are breeding or have the potential to breed mosquitoes. Those that are breeding or have the potential to breed shall be treated with an approved larvicide or pupicides Treatment of those storm drains/catch basins that are breeding- or have the potential to breed shall continue through September 30th of each year. d. Fifteen percent (151/o) of all treated storm drains/catch basins in each jurisdiction shall be monitored by FCPH to ensure pesticide efficacy within the timeframe, according to the label, that the pesticide is determined to be effective. The monitored storm drains/catch basins shall be geographically and equally distributed within each jurisdiction. i. Efficacy shall be determined by using a mosquito dipper and obtaining 2 proper dips into the treated storm drain/catch basin and observing any larva or pupa present if only 1I and 2nd larval instars are observed it can be determined that the larvicide treatment is working. If any 3'd or 41' larval instars are observed, it can be determined that the larvicide treatment is not working and the catch basin must be properly re -treated by the Contractor to ensure the larvae do not hatch into adults. The observation and results of each monitored catch basin shall be recorded according to the parameters determined by FCPH and provided to the Contractor. e. The Contractor must provide all equipment necessary to properly apply and monitor larvicides and pupicides to storm drains/catch basins under various conditions and situations. f. The Contactor .shall use only EPA registered larvicides and pupicides labeled for mosquito control. FCPH makes the final decision on what product(s) are used and/or applied. g. For pricing ' purposes, each storm drain/catch basin location that is identified as breeding mosquitoes or having the potential to breed mosquitoes, treated and monitored for treatment efficacy shall be considered one unit. The same treated location cannot be charged more than once per year, even though it may require additional treatments to obtain control. h. Appendix M - 2015-2017 Larvicide and Storm Drain Data is provided to show three (3) years' worth of data for the actual number of catch basins treated per jurisdiction. i. The proposer shall submit a list of all larvicides and pupicides intended to be used in this contract for storm catch basin treatment that include the label name, manufacturer, active ingredient(s), under what conditions, habitat or environment each larvicide or 3 pupicide will or can be used, and how long the product will sustain control (there is no need to submit libels or Safety Data Sheets). Please use Appendix K Storm Drain/Catch Basin Products to submit your list On a separate sheet of paper, the proposer shall describe their experience, expertise and how they Intend to implement a storm drain/catch basin program as outlined in this Proposal including: applying larvicide and pupicide, proper identTication of larva and pupa, staff training, record keeping, reports, mapping, equipment required, and pesticide efficacy. In your proposal submission, please label this "Experience & Expertise Implementing Storm DrainlCatch Basin Programs. " k, Utilizing Appendix E — Pricing, the proposer shall provide the cost per unit (location) and the total annual cost based on the estimated number of storm drains/catch basins requiring treatment for each participating jurisdiction. It is the vendor's responsibility to ensure all figures are calculated and totaled correctly. 1. For invoicing purposes, each participating jurisdiction will be invoiced quarterly, and only charged for the cost per unit for the actual number of storm draln/catch basins treated during that quarter. There will be no additional charge for retreatment, If It is deemed necessary by FCPH. 3. Adult Mosguito Surveillance a. All trap locations shall be determined jointly by FCPH and the Contractor. These locations are generally based on geographical distribution, historical data, areas of dense population, and availability and access to trap sites. b. Trap types include gravid, CDC light, BG Sentinel 2 and Gravid Aedes Trap (GAT). FCPH will provide all traps and batteries necessary for surveillance, along with providing additional traps as necessary. Each jurisdiction shall have a determined number of gravid, CDC light and BG Sentinel 2 traps. The number of traps per jurisdiction is found in Appendix E — Pricing. c. The Contractor and staff shall be properly trained to identify any/all species that are trapped. d. Gravid Traps i. Each jurisdiction will have at least one (1) gravid trap. All gravid traps shall be set weekly throughout the county at determined locations on the same night of the week from the 2' week in May until the last week in September or until first frost. The trap locations shall remain the same each week unless directed by FCPH. ii. The gravid traps will be set by the Contractor no later than 7:00 pm of the designated trap night, collected and returned to the mosquito facility the following day where the mosquitoes shall be counted, identified by species, separated into pools of 50 or less, and perform Rapid Analyte Measurement Platform (RAW) WNV testing a determined number ofpools no later than 3:00 pin of the trap collection day. Please refer to Section 4 Mosquito Disease Testing of Specificationand Scope. iii. The mosquito count by species type found in each gravid trap shall be entered into a FCPH designated database by 3:00 pm of the trap collection day. iv. There may be times when additional gravid traps may be required on a temporary basis for surveillance or in response to service requests. These gravid traps will be set under .4 the direction of FCPH for specific locations. The additional trapping shall be rendered at no additional cost to FCPH or any participating jurisdiction where the trap(s) are placed. e. CDC Light Traps i. Each jurisdiction will have at least one (.1) CDC light trap. All CDC light traps shall be set weekly throughout -the county at determined locations on a designated day of the week from the 2 d week in May until the last week in September or until first frost. The trap locations shall remain the same each week unless directed by FCPH. ii. The Contractor shall be responsible for purchasing the dry ice or other carbon dioxide source used in CDC light traps. The Contractor is also responsible for maintaining the trap components and replacing any/all damaged or components of the - trap, including up to full trap replacement. iii. The CDC light traps will be set no later than 12:00 pm of the designated trap day, collected and returned to the mosquito facility the following day where the mosquitoes shall be counted, and identified by species by 3:00 pm of the trap collection day. iv. The mosquito count by species type found in each trap shall be entered into a FCPH designated database by 3:00 pm of the trap collection day. v. There may be times when additional CDC light traps may be required on a temporary basis for surveillance or in response to service requests. These CDC light traps will be set under the direction of FCPH for specific locations. The additional trapping shall be rendered at no additional cost to FCPJi or any participating jurisdiction where the trap(s) are placed. f. BG Sentinel 2 Traps i. Each jurisdiction will have at least one (1) BG Sentinel 2 trap. All BG Sentinel 2 traps shall be set weekly throughout the county at determined locations on a designated day of the week from the 2"d week in May until the last week in September or until first frost. The trap locations shall remain the same each week unless directed by FCPH. ii. The BG Sentinel 2 traps will be set no later than 12:00 pm of the designated trap day, collected and returned to the mosquito facility the following day where the mosquitoes shall be counted, and identified by species by 3:00 pm of the trap collection day. iii. The mosquito count by species type found in each trap shall be entered into a FCPH designated database. iv. The mosquito count by species found in each BG Sentinel 2 trap shall be entered into a FCPH designated database by 3:00 pm of the collection day. v. There may be times when additional BG Sentinel 2 traps may be required on a temporary basis for surveillance or in response to service requests. These BG Sentinel 2 traps will be set under the direction of FCPH for specific locations. The additional trapping shall be rendered at no additional cost to FCPH or any participating jurisdiction where the trap(s) are placed. g. GAT (Gravid Aedes Traps) i. The GAT traps will be periodically or intermittently' used within jurisdictions to determine mosquito abundance or as control measures in a specific area. The use of GAT traps will most commonly be used in response to service requests/complaints. ii. The GAT traps shall be monitored every 5-7 days to ensure that it is effective and to determine the mosquito species being trapped. iii. The GAT traps shall be set at the discretion of FCPH and the Contractor. There will be no separate cost or line item for this service. h. On a separate sheet of paper, the proposer shall describe their experience, expertise and how they intend to implement adult mosquito surveillance in reference to this Proposal, including; gravid traps, CDC light traps, and 13G Sentinel 2 traps, and GAT traps, iden ' g mosquito species, staff training and procedures. In your proposal submission, please label this "perience & Expertise in Implementing Adult Mosquito Surveillance. " i. Utilizing Appendix E — Pricing, the proposer shall determine and provide a unit cost and total cost for gravid traps, CDC Hot traps, and BG Sentinel 2 traps per jurisdiction. It is the vendor's responsibility to ensure all figures are calculated and totaled correctly. j. .For invoicing purposes, the total cost per jurisdiction, per year, for each trap type shall be equally divided over four quarters, and invoiced quarterly to each participating jurisdiction. 4. Mosgulto Disease Testinu a. FCPH will require the Contractor to utilize Rapid Analyte. Measurement Platform (RAMP) to test mosquitoes caught in gravid traps for Nest Nile virus. b. RAMP Testing Platform L Each gravid trap location will be allotted twenty-five (25) RAMP tests. The intention is to RAMP test at least one mosquito pool from each gravid trap per week and/or test all pools in a single trap during peak season. This decision will be made by FCPH in conjunction with the Contractor. ii. Additional RAMP testing may be requested by participating jurisdictions that wish to test more than 25 RAMP per gravid trap, which may include all mosquito pools trapped in their weekly gravid traps. If this is the case, it will be reflected in the quantity column of Appendix E - Pricing under additional RAMP WNV Testing. iii. RAMP testing shall be performed and completed no later than 3:00 pm the day of collection. iv. FCPH will provide one (1) RAMP 200 Control Module and three (3) Test Modules. v. The Contractor shall be responsible for obtaining RAMP West Nile Virus test kits, all consumable lab supplies including, but not limited to tubes, pipettes, filtered tips, disposable gloves and other supplies necessary for RAMP testing. vi. All RAMP tested mosquitoes shall be properly labeled and sent to the Ohio Department of Health for RT -PCR analysis the same week they are trapped. vii. All other Culex mosquitoes caught in weekly gravid traps shall be divided into pools of 50 mosquitoes or less, properly labeled and sent to the Ohio Department of Health for PCR analysis the same week they are trapped. c. On a separate sheet of paper, the proposer shall describe their experience and proficiency In using RAMP. Documentation may include but is not limited to sample procedures, training tools, reports, records, and equipment descriptions/specifications. In your proposal submission, please label this "Experience & Proficiency using RAMP " 2 d. Utilizing Appendix E — Pricing, the proposer shall determine and provide a unit cost and total annual cost for RAMP testing and additional RAMP testing (if applicable) per jurisdiction. It is the vendor's responsibility to ensure all figures are calculated and totaled correctly. e. For invoicing purposes, each participating jurisdiction will be invoiced quarterly, and only charged for the cost per unit for actual number of RAMP tests performed during that quarter. 5. Adult Mo!guito Control — Disease Management a. Use of only FPA registered pesticides labeled for adult mosquito control shall be used within the jurisdiction of FCPH. An exception to this requirement may be the use of unregistered products for barrier treatments. The adulticide(s) used by the Contractor shall be approved by the FCPH before such use. b. The pesticide application rate shall be determined and established by the FCPH and the Contractor according to the application rate range provided on the pesticide label. c. Nest Nile Virus Management i. FCPH and the Contractor will determine when spraying for the control of WNV is necessary in a community or area by use of a spray decision metric. The factors used in the spray decision metric may include: temperature, mosquito abundance, County Minimum Infection Rate (MIR), trap zone MIR, drought conditions, and locally acquired WNV human case(s). In addition, the Contractor may be directed by FCPH, without the use of the spray decision metric, to spray an area(s) at FCPH's discretion or if a public health emergency is declared by the health commissioner. ii. Once the decision is made to spray an area, FCPH will coordinate with the Contractor and the jurisdiction to determine the evening the spraying will occur. Some jurisdictions may require 24 hour notice to their residents before spraying commences. FCPH reserves the right to direct the Contractor to spray a,participating jurisdiction within less than 4 hours prior to sunset. iii. The spraying shall coincide with peak mosquito activity. Spraying for WNV shall be performed at sunset and shall be completed no later than 3 hours after sunset. iv. Prior to each mosquito season, the Contractor will be responsible for providing to FCPH an accurate and up to date pre -spray map of all defined spray zone areas which includes, but is not limited to: name of area/jurisdiction, date and time of proposed spray, boundaries of and roadways in the spray area, all major roadways labeled, rivers and other bodies of water identified, and other information as deemed necessary. v. The Contractor shall provide enough trucks with Ultra -Low Volume (CJLV) sprayers and trained staffto be able to treat the jurisdictions that require spraying within the same calendar week as the weekly surveillance and spray decision took place. If spraying is not performed within a jurisdiction as required, and the Contractor is at fault, a 10% reduction in the spraying cost for each missed spray event shall be applied to the jurisdictions(s) where spraying did not take place within the designated week. vi. VVNV Ultra -Low Volume (ULV) Spray Evaluation 1. The Contractor shall set pre -spray and post -spray gravid traps for all spray events referenced in Section 5(c) West Nile Virus Management of Specifications and Scope. 7 2. Pre -spray and post -spray gravid traps shall be set twenty-four (24) hours prior to and after a spray event, respectively. The locations of these traps shall be as follows: the routine gravid trap site for that zone and an adjacent zone that is not being sprayed. A pre -spray or post -spray gravid trap would not be required if the weekly surveillance data is collected within twenty-four (24) hours of the spray event. 3. The mosquito species and abundance number for the pre -spray and post -spray shall be conducted and recorded by 2:00 pm the day the trap is retrieved. The abundance and species shall be entered into a FCPH designated database. 4. RAW WNV testing of the pre -spray (when applicable) and post -spray traps is not required, but shall the trapped mosquitoes shall be submitted to ODH for RT -PCR WNV testing. 5. Contractor shall provide data and post -spray maps that include: product(s) applied, application rate, quantity applied, road miles and acres treated, designation when sprayer is on and off, and spray vehicle speed. d. Aedes albvpiclus, Aedes aegypd and Aedes triseruatus Management i. Control and elimination of adult Aedes albopictus, Aedes aegypti and Aedes triserfatus mosquitoes are important to reduce the risk of mosquito -borne diseases. ii. Mosquito abundance numbers from CDC light traps, BG Sentinel 2 traps or GAT traps will help determine when it is necessary to apply adulticide to control Aedes mosquitoes. iii. FCPH and the Contractor will refer to best practices and guidelines from the Ohio Department of Health, Centers for Disease Control and Prevention, World Health Organization and/or other reputable agencies or sources for adult Aedes mosquito control. iv. FCPH and the Contractor will determine when spraying for the control of adult Aedes mosquitoes is necessary in a community or specific targeted area. v. Once the decision is made to spray an area, FCPH will coordinate with the Contractor and the jurisdiction to determine the time of spray. Some jurisdictions may require 24 hour notice to their residents before spraying commences. FCPH reserves the right to direct the Contractor to spray a participating jurisdiction within less than 4 hours' notice prior to spraying. vi. Aedes species treatments shall be included in the Disease/Barrier/Event spraying pricing. e. Barrier Treatments i. Barrier treatments may be necessary to control. adult mosquito populations on private and public property. The purpose of these targeted treatments is to provide extended adult mosquito control by the use of pesticides that provide residual treatment. ii. FCPH will discuss with the Contractor and approve all barrier treatments prior to application. iii. These barrier treatments will be included in the Disease/Barrier/Event spraying pricing. £ Special Event Treatments i. Jurisdictions have a need to provide mosquito management for special or public events that occur within their jurisdiction to reduce adult mosquito populations for specified period of time. These events may include festivals, fairs, concerts, movie nights, sporting events, fireworks, holiday celebrations, or any other event. ii. The Contractor shall provide pre -event treatments that may include adulticiding and/or barrier treatments. iii. These special event treatments will be requested by the jurisdiction and the costs will be included in the Disease/Barrier/Event spraying pricing. g. Appendix L - 2015-2017 Spray Data is provided to show three (3) years' worth of data ULV truck spray events, ULV truck spray miles, special event sprays, and barrier sprays. h. The proposer shall submit a list of all adulticides intended to be used in this contract that Includes the label name, manufacturer, active ingredient(s), under what conditions, habitat or environment each adulticide will or can be used, and how long the product will sustain control, if it is a residual product (there is no need to submit labels or Safety Data Sheets). Please use Appendix I Adulticide Products to submit your list. i. On a separate sheet of paper, the proposer shall describe their experience, expertise and process/protocols with providing adult mosquito control for disease management for WNV/Culex, Aedes albopictus, Aedes aegypd, Aedes'tdseriatus, barrier treatments and special event treatments. In your proposal submission, please label this "Experience, Expertise & ProcesslProtocols with providing Adult Mosquito control for Disease Management " j. Utilizing Appendix E — Pricing, the proposer shall provide a total all-inclusive price for Adult Mosquito Disease Control (Including: WNW ULV spray, Aedes management, barrier treatments and special events) for each jurisdiction. The total cost per year, per jurisdiction for disease control shall be equally divided over four quarters, and invoiced to each participating jurisdiction. It is the vendor's responsibility to ensure all figures are calculated and totaled correctly. 6. Adult Mosquito Control — Floodwater/Nuisance Management IOotional for Jurisdictions) a. Floodwater/nuisance mosquito control is an optional service that jurisdictions may choose to provide to theirresidents. FCPH will utilize CDC light traps and mosquito abundance numbers found in CDC light traps to determine when to adulticide for nuisance mosquitoes. b. All trap CDC locations shall be determined jointly by FCPH and the Contractor. These traps will be set within the same trap zones as the gravid traps. These locations are generally based on geographical distribution, historical data, areas of dense population, and availability and access to trap sites. c. Adult Floodwater/Nuisance Mosquito Surveillance L FCPH will provide to the Contractor the number of additional CDC light traps required for a floodwater/nuisance mosquito program. ii. For adult floodwater/nuisance surveillance, the number of CDC light traps will equal the number of gravid traps in each jurisdiction. The additional number of traps will be reflected in Appendix E - Pricing. iii. All CDC light traps shall be set weekly throughout the county at determined locations on a- designated day of the week from the 2"d week in May until the last week in September or until first frost. The trap locations shall remain the same each week unless directed by FCPH. 9 iv. The Contractor shall be responsible for purchasing the dry ice or other carbon dioxide source used in CDC light traps. The Contractor is also responsible for maintaining the trap components and replacing any/all damaged or components of the trap, including up to full trap replacement. v. The CDC light traps will be set no later than 12:00 pm of the designated trap day, collected and returned to the mosquito facility the following day where the mosquitoes shall be counted (not identify species) by 3:00 pm of the trap collection day. vi. The mosquito count found in each trap shall be entered into a FCPH designated database by 3:00 pin of the trap collection day. vii. The collected mosquitoes shall be sent to the Ohio Department of Health for identification. Once identified by the Ohio Department of Health, the mosquito species and count shall be entered into designated FCPH database. d. Adult Floodwater/Nuisance Mosquito Management i. FCPH and the Contractor will determine when spraying for the control of floodwater/nuisance mosquitoes is necessary in a community when a CDC light trap within a jurisdiction zone has fifty (50) or more mosquitoes trapped in a single trap night. Appendix 0 - Frequency CDC Traps Were 2! 50 provides the number of times a jurisdictional trap had 50 or more mosquitoes trapped in a single trap night. Please note that this data is for 2017. Data for 2016 had no times when a CDC Light Trap had 50 or mosquitoes in a trap night. Data for 2015 had ii. Once the decision is made to spray an area, FCPH will coordinate with the Contractor and the jurisdiction to determine the evening the spraying will occur. Some jurisdictions may require 24 hour notice to their residents before spraying commences. FCPH reserves the right to direct the Contractor to spray a participating jurisdiction within less than 4 hours prior to sunset. iii. The spraying shall coincide with peak mosquito activity. Spraying for floodwater/nuisance mosquitoes shall be performed at sunset and shall be completed no later than 3 hours after sunset. iv. The Contractor will be responsible for providing to FCPH a map of the spray area which includes, but is not limited to: name of area/jurisdiction, date and time of proposed spray, boundaries of and roadways in the spray area, all major roadways labeled, rivers and other bodies of water identified, and other information as deemed 'necessary. v. The Contractor shall provide enough trucks with ULV sprayers and trained staff to be able to treat the jurisdictions that require spraying within the same week as the surveillance and spray decision took place. If spraying is not performed within a jurisdiction as required, and the Contractor is at fault, a 10% reduction in the spraying cost for each missed spray event shall be applied to the jurisdiction(s) where spraying did not take place within the designated week. e. Floodwater/Nuisance Mosquito ULV Spray Evaluation i. FCPH will require the Contractor to set pre -spray and post -spray CDC light traps for all spray events referenced in Section 6(d) Floodwatei/Nuisance Adult Mosquito Management in Specifications and Scope. ii. Pre -spray and post -spray CDC light traps shall be set twenty-four (24) hours prior to and after a spray event respectively. The locations of these traps shall be as follows: the routine CDC light trap site for that zone and an adjacent zone that is not being sprayed. A pre -spray or post -spray CDC light trap would not be required if the weekly surveillance data is collected within twenty-four (24) hours of the spray event. 10 iii. The Contractor shall properly count (not identify species) and record the number of mosquitoes in each pre -spray and post -spray CDC light trap, label them, and place them in the ultra-low temperature freezer no later than 3:00 pm of the trap collection day. iv. The collected mosquitoes shall be sent to the Ohio Department of Health for identification. Once identified by the Ohio Department of Health, the mosquito species and count shall be entered into designated FCPH database. v. Contractor shall provide data and post -spray maps that include: product(s) applied, application rate, quantity applied, road miles and acres treated, designation when sprayer is.on and ofd and vehicle speed. f, The proposer shall submit a list of all adulticides intended to be used in this contract for Adult Mosquito — Floodwater/Nuisance Control treatment that includes the label name, active ingredients), and- under what conditions, habitat or environment each adulticide will or can be used (there is no need to submit labels or Safety Data Sheets). Please use Appendix I - Adulticide Products to submit your list. g. On a separate sheet of paper, the Proposer shall describe their experience, expertise and process/protocols with providing nuisance mosquito control. In your proposal submission, please label this "Experience, Expertise & Process/Protocols providing Nuisance Mosquito Control. " h. U ° ° ing Appendix E — Pricing, the proposer shall provide a cost per unit cost and total cost for additional CDC light traps per jurisdiction. It is the vendor's responsibility to ensure all figures are calculated and totaled correctly. i. For invoicing purposes, the total cost per jurisdiction, per year, for each CDC light trap shall be equally divided over four quarters, and invoiced quarterly to each participating jurisdiction. j. Utilizing Appendix E — Pricing the proposer shall provide a total all-inclusive cost for floodwater/nuisance spraying for each jurisdiction. It is the vendor's responsibility to ensure all figures are calculated and totaled correctly. k. For invoicing purposes, the total cost per jurisdiction, per year, for all-inclusive floodwater/nuisance spraying shall be equally divided over four quarters, and invoiced quarterly to each participating jurisdiction. 7. ULV Equipment and Application a. The Contractor shall be responsible for properly calibrating all ULV equipment according to the pesticide label. Proper calibration, flow rate and droplet size shall be tested and recorded before initial use each year for all ULV equipment on-site and used for this contract, and every thirty (30) days thereafter until September 1 I of each year. The Contractor shall be responsible for providing all equipment necessary to calibrate flow rate and droplet size. b. Any ULV equipment that is brought into this contract by the Contractor from other sources for temporary use shall be calibrated for proper flow rate and droplet size before it can be used for this contract. 11 c. A report detailing the verification of calibration, flow rate and droplet size for each identified ULV equipment shall be submitted to FCPH in an approved format within twenty-four (24) after the testing is complete. Only upon receipt and review of such reports will FCPH allow and approve the use of any/all ULV equipment. d. On a separate sheet of paper, the proposer shall provide in their proposal: The number of ULV machines, make, model number and any speeffications for this equipment intended to be used for this contract In order to meet the requirements of this contract. In your proposal, please label this "ULV Equipment List. " e. On a separate sheet of paper, the proposer shall describe all equipment used and the process of how all ULV equipment (Le. truck -mounted, hand-held and back pack equipment) shall be calibrated to proper flow rates and droplet size. In your proposal submission, please label this "ULV Equipment Calibration Rates. " NOTE: d. and e. may be combined into one document. In this case, please label this document both "ULV Equipment List and Calibration Rates. " 8. no Not Surae Reauests a. FCPH allows residents within our jurisdictions to opt -out of ULV adulticide treatments on their property and within 150 feet of their property. Residents are required to register via FCPH's Do Not Spray Registry either by mail or through the FCPH website. Residents are required to register every year. b. The Contractor shall maintain the names, addresses and contact information of all residents that register for Do Not Spray. c. The Contractor shall also ensure that all Do Not Spray properties are identified on all spray maps (paper or electronic) used by spray truck drivers/applicators. During the spray missions, the adulticide spray shall be turned off within 150 feet of the registered property (all property lines). The Contractor shall demonstrate on post -spray maps that these registered properties were in fact not treated with adulticide. d. On a separate sheet of paper, the proposer shall describe their experience, expertise, process/protocols and how they intend to handle Do Not Spray requests before and during operations. In your proposal submission, please label this "Do Not Spray Requests. " 21-11=1 rM a. The Contractor shall provide pesticide resistance testing for all pesticides/products used within the contract which includes larvicides, pupicides, adulticides and products used for barrier treatments. b. Pesticide resistance shall be tested against a variety of mosquito species trapped exclusively within FCPH's jurisdiction including, but not limited to: Culex, Aedes, Coguillettidia, Anopheles and other species. c. Pesticide resistance shall be conducted no later than July 1' of each contract year according to best practices and guidelines from the Ohio Department of Health, Centers for Disease Control and Prevention, World Health Organization and/or other reputable agency or source with 12 approval from FCPH. The results of all pesticide resistance testing shall be recorded and submitted to FCPH in report form. d. On a separate sheet of paper, the proposer shall describe their experience and expertise with conducting pesticide resistance including protocols, guidelines, pesticide resistance testing performed, and reports. In your proposal submission, please label this "Experience & Expertise conducting Pesticide Resistance. " 10. record Kee®inZJRenortina: a. All pesticide application records and other reports and documentation outlined in this RFP shall meet the requirements of the Ohio Department of Agriculture; be maintained by the Contractor; and be made available at all times to the FCPH, any/all participating jurisdiction we serve, and any/all state or federal agencies having jurisdiction over pesticide use and application. b. At the end of the contract period, all records, data and information recorded and produced by the Contractor shall be provided to FCPH in form of print, and/or electronic versions including but not limited to Excel, Access, Word, PDF or other acceptable software applications at the discretion of FCPH. 11. Mosquito Specific Software/Database a. FCPH intends to use FieldSeekefm TM GIS for Mosquito Control from Elecdata (Frontier Precision, Inc.), for many of the functions of mosquito management including, but not limited to; larviciding, adulticiding, surveillance, laboratory records, service requests, mapping and reports. b. FCPH will provide all necessary software and licenses including. i. FieldSeekefm TM Office ii. FieldSeekefm Office Adulticiding Extension iii. FieldSeekerTM Mobile iv. FieldSeekefm Mobile Adulticiding Extension v. ArcGIS for Server Workgroup Advanced with Arc GIS for Desktop Standard or Advanced Enterprise and ArcGIS for Windows Mobile c. The Contractor shall be required to provide hardware with iOS operating systems for each field technician that applies pesticides and/or conducts service requests. We are not requiring that the hardware have a data plan, but to fully utilize FieldSeeker's potential, having a data plan for the hardware would be beneficial. d. The Contractor shall be required to provide at least one desktop or laptop installed with Windows 10 and Microsoft Office Suite, to allow FCPH to install the necessary FieldSeekefm Office application. The Contractor shall be responsible for providing and maintaining any computer hardware, software and/or printers/scanners that is necessary to carry out any requirement of this Contract. e. The Contractor shall be required to provide hardware to accurately collect data from the truck- mounted ULV equipment, and shall be compatible with FieldSeekerTM Mobile Adultiding Extension. The Contractor shall be responsible for any necessary modifications to the truck - 13 mounted ULV equipment so that it can communicate and integrate properly with FieldSeekefrm. Please see Appendix P - Hardware Requirement for specifications on the hardware recommended by Frontier Precision, Inc. Please note that other devices may acceptable for this application but it must fully operate and integrate with the FieldSeekefm software and the truck -mounted ULV sprayer. f. On a separate sheet of paper, the proposer shall describe their experience, If any, with the use of FieldSeekeem GIS for Mosquito Control. The proposer shall list and describe the specifications and quantity of any hardware, tablets or other equipment they have or intend to purchase in order to meet the requirements to operate FieldSeeker'rM if awarded this contract. Please note that pricing for any of the hardware, tablets, other equipment, etc. should be all inclusive an your total overall response an Appendix E - Pricing In your proposal, please label this " FieldS'eeker Experience. " 12. Service Ite juests a. Service requests regarding concerns or complaints about mosquitoes are received from the general public by phone, email, personal contact, through FCPH website and other means. FCPH encourages the public and jurisdictions to report mosquito concerns or complaints to our agency. FCPH shall provide a voicemail system to receive concerns and complaints from the general public. FCPH also provides a service request form on our website for the public to report mosquito concerns and complaints. FCPH will make the voicemail and website service requests directly available to the Contractor. b. The Contractor shall be responsible for receiving and monitoring, several times a day, the service requests from the voicemail and website. The Contractor shall record the information provided from the service request on forms or database prescribed by FCPH. c. The Contractor shall respond to each service request with an on-site field investigation within forty-eight (48) hours or two (2) business days of receipt. The Contractor shall document and track their response to each service request as prescribed by FCPH. d. FCPH may review at any time such records to determine if appropriate action and -response was taken by the Contractor. e. Below is a table of the number of service requests received through the FCPH website, phone, email or from personal contact from 2015 to 2017: 2015 2016 2017 575 1 323 1 537 f On a separate sheet of paper, the proposer shall describe and demonstrate how service requests will be handled, provide examples of how they may have performed service requests in other contracts or settings. In your proposal submission, please label this ".Service Requests. " 14 13. Public Education a. The Contractor will work closely with representatives from the FCPH to continue to develop and implement a public education campaign to control mosquitoes and mosquito -borne diseases in our area. Areas that the Contractor may be called upon to assist will be in the development of FCPH website, brochures, public information, fact sheets, door hangers and other materials to be disseminated to the public as directed and approved by the FCPH. b. Other areas of public education include working with individual property owners, homeowners associations, civic organizations,. schools, government agencies and the jurisdictions we serve to educate in the areas of prevention and elimination of mosquito breeding sites, personal protection, prevention and awareness of mosquito -borne diseases, explaining the responsible use of pesticides in our community and environment, and the overall integrated pest management 'approach of the FCPH mosquito management program. The Contractor may be asked to attend and present information about mosquito control at public and private meetings as directed by the FCPH. c. On a separate sheet of paper, the proposer shall describe, demonstrate and provide examples or samples of mosquito management public education material developed and used by the proposer in other contracts or settings. In your proposal submission, please label this "Public Education " and attached all, if any, examples and or samples. 14. Level of Expertise. Experience and {qualifications a. The proposer shall meet and provide the following: i. At least three (3) years' experience in providing full service integrated mosquito management contracts to government entities (local, State, or Federal), mosquito abatement districts, or private/public corporations. ii. Vector Disease/Integrated Pest Management Expertise: 1. Proposer must have at least one employee within their organization with a Ph.D. in any of the following areas: biology, entomology, medical entomology, zoology, or an area of study acceptable to FCPH that provides a solid foundation or focus for mosquito and/or vector disease control in an integrated mosquito management setting. a. A subcontractor does not meet the requirements as an employee. An employee is described as an individual who is hired by another person or business for a wage, salary or fixed payment in exchange for personal services and who does not provide the services as part of an independent business. b. This persons) shall have at least 2 years' experience in managing an integrated pest management mosquito program in a jurisdiction of similar size and scope of services performed in Franklin County. c. This expert shall be on-site at an FCPH facility for at least 2 days per month from May thru September of each year or as requested by FCPH. d. This expert shall provide upon request expert support and testimony' for public meetings, government entities, group presentations, and other formal and informal meetings. is iii. Contract Administration: 1. The Contractor shall have a dedicated staffperson that will oversee or administer the contract and be on-site at an FCPH facility from March 1't through October 31 1 of each year. a. If the administrator is unavailable during this period for any reason, an employee of the Contractor of similar or greater qualifications shall be temporarily assigned to the position. i. FCPH shall be notified who the temporarily assigned administrator shall be and this person shall only be assigned upon approval of FCPH. ii. FCPH shall be notified no later than 2 weeks prior to the administrator's absence unless the absence is due to an emergency situation. b. From November to February, the administrator shall be made available by telephone, email and in person if requested by FCPH and/or any participating jurisdiction. 2. The primary duties of the administrator will be to ensure all contract provisions are met, oversee laboratory operations and virus testing, office and data management, public relations, jurisdictional liaison, and be the primary contact to FCPH. a. The administrator shall possess a current Commercial Pesticide .Applicator License from the Ohio Department of Agriculture for Category 1 OD (Mosquito, Housefly and Other Vector Control). 3. The administrator shall have sound knowledge and experience of integrated pest management, mosquito biology/identification, vector disease transmission, and strong organizational, management, communication and public relations skills (may be called upon for media requests, interviews and participation in public meetings). 4. The contract administrator shall work with the field/operations supervisor outlined below to carry out all provisions of the contract. iv. Contract Field Operations: 1. The Contractor shall have a dedicated staff person to oversee field operations that will be on-site at an FCPH facility from March 1' through October 31't of each year. 2. The primary duties of the field operations staff person will be to work with the contract administrator to train and oversee staff involved with mosquito trapping, pesticide applications, service requests and conduct quality assurance of field operations. a. The field/operations supervisor shall be responsible for maintaining all equipment, ULV sprayers, trucks and facility -maintenance. b. The field/operations .supervisor shall possess a current Commercial Pesticide Applicator License from the Ohio Department of Agriculture for Category 10D (Mosquito, Housefly and Other Vector Control). v. Administrative Staff 1. The Contractor shall have a dedicated staff person that is responsible for, but not limited to: assisting the contract administrator and field/operations supervisor, data entry, record keeping, receiving and responding to service requests and W inquiries, answering phones, creating reports and other clerical/administrative/office duties as needed. vi. Field Staff: 1. The Contractor shall have dedicated field staff that will conduct field investigations, apply pesticides, set mosquito traps, and respond to service requests. 2. Any field staff that applies pesticide shall either possess a current Commercial Pesticide Applicator License from the Ohio Department of Agriculture for Category IOD (Mosquito, Housefly and Other Vector Control) or be a Trained Serviceperson as defined and required by the Ohio Department of Agriculture. vii. Laboratory Staff: 1. The Contractor shall have dedicated laboratory staff that will identify and count trapped mosquitoes, and perform RAMP WNV testing of mosquitoes. viii. Licensure: 1. Pesticide Business License: a. The Contractor shall be required to possess a current Pesticide Business License from Ohio Department of Agriculture within 45 days of a fully executed contract. 2. Ohio Business License: a. The Contrator shall have approved articles of incorporation from the Ohio Secretary of State's Office in order to conduct business in the State of Ohio and be in active status within 45 days of a fully executed contract. b. On a separate sheet of paper, the proposer shall describe and demonstrate their experience and expertise in providing full service integrated pest management to government entities, mosquito abatement districts, and/or privatetpublic corporations. In your proposal submission, please label this "Providing Full Service Integrated Pest Management to Government Entities. " c. On a separate sheet of paper, the proposer shall name their Vector Disease/Integrated Pest Management Expert and describe their qu ' ications, experience and expertise. In your proposal submission, please label this "Vector Diseasellntegrated Management Expert. " d. On a separate sheet of paper, the proposer shall provide in their proposal, an organizational chart of all staffing assignments, brief job descriptions and numbers of employees that will be employed for this contract. In your proposal submission, please label this "Table of Organization. " NOTE: c. and e. may be combined into one document. In this case, please label this document both "Table of Organization & Vector Diseasellntegrated Management Expert. " 15. Workplace. EmploN ee and Pesticide Safctti Plan a. Workplace and employee safety, and proper pesticide handling and storage are of the utmost importance when running a mosquito management operation. FCPH wants to ensure that the Contractor can demonstrate proper safety training for their staff, provide personal protection equipment and provide proper pesticide handling and storage. 17 b. The proposer shall submit a written safety plan that demonstrates and describes the capacity and capability to properly handle and store pesticides, and ensure workplace and employee safety. This plan shall include, but is not limited to: safe work practices, pesticide handling and spill management, employee safety tr g$, policies, procedures, necessary equipment, personal protective and any other requirements to meet federal, state and local regulations. In your proposal submission, please label this "Safety Plan. " 15. EPA National Pollutant Discharge Elimination S stem NPDES Permit a. An Ohio EPA NPDES permit may be required for pesticide applied/discharges in, over, or near surface waters. FCPH will be responsible for applying and obtaining such permit if necessary, and any requirements under the permit for Franklin County and the jurisdictions for which we provide mosquito management services. The Contractor will be responsible for proper record keeping of applied pesticides, providing documentation to and cooperating with FCPH to complete any/all required Notices of Intent and reports required by the NPDES permit. b. On a separate sheet of paper, the proposer shall describe and demonstrate their experience and apertise with complying with NPDES permits, and explain and provide docutation on how they intend to comply with this requirement. In your proposal submission, please label this "Experience & Expertise Complying with NPD.ES permits" and attach all, if any, documentation on how your firm intends to comply with this requirement. 17. Vehicle Reguirements a. The Contractor shall provide all vehicles to be used within this contract. The vehicles shall be used by staff for, but not limited to: laviciding/pupaciding, trapping, service requests, ULV truck mounted adulticiding, barrier treatments, special event treatments and any other mosquito related activity. b. The vehicles provided by the Contractor and used for this contact shall be maintained in good working order, free from dents and visible defects in the body or paint, no markings or logos that cannot be covered up, and shall be equipped with an operable safety light bar affixed to the roof of each vehicle throughout the contract period. In addition, the Contractor shall comply with Appendix H - Commitment to Promoting Fuel Efficiency and Reducing Air Pollution. c. FCPH will provide vehicle magnets or wraps to the contractor to be used and displayed on each vehicle used within the contract, at all times. The contractor shall cooperate with FCPH to ensure that the vehicles are available in order to properly measure and size the magnets and/or wrap. d. The Contractor shall have on-site at an FCPH facility all vehicles to be used within the contract no later than March I' of each year of the contract. e. On a separate sheet of paper, the proposer shall describe: The number of vehicles to be used within the contract, Including: Vehicle Type (truck, SUV etc.), possible Make- and Model, and other information that may help describe the vehicle. In your proposal submission, please label this "Vehicle List." In 18. Facili a. FCPH shall provide, at no cost to the Contractor, the facility in which the mosquito management program shall be operated. b. The Contractor shall use this facility, which includes office space, lab space, warehouse/shop space, chemical storage areas, vehicle/equipment storage space, and vehicle parking. c. The Contractor shall be responsible for cleaning the office space, equipment, warehouselshop space and areas of the exterior during times of use. This includes, but is not limited to lab space, lab equipment, bathrooms, offices, kitchen, refrigerator(s), freezer(s), storage areas, parking and outside storage areas and the dumpster area. d. This space is a FCPH facility and is used for other purposes. FCPH shall have full access to the facility at any time. e. All utilities including, electricity, natural gas, telephone, internet access, and trash/refuse collection is also provided by FCPH. f. Access to the facility will be provided by FCPH throughout the contract period. g. The Contractor shall assume all risks and liabilities of storing any/all equipment and vehicles at FCPH operations site of the mosquito management program. 19. Equipment Provided B% FCPH a. FCPH will provide the following equipment listed in Appendix N - Equipment and Supplies for use by the Contractor for the duration of the contract period, if the Contractor chooses. i. The Contractor shall maintain the equipment and it shall be returned in similar or better condition. In the event that any equipment is damaged by the Contractor, it shall be replaced with the exact make and model by the Contractor. If the exact equipment cannot be found, it shall be replaced by the Contractor with equipment of similar quality and value upon approval from FCPH. ii. If the Contractor wishes to provide their own equipment in lieu of any of the provided equipment listed below, it shall be at the Contractor's expense, not FCPH or -any of the participating jurisdictions. The Contractor shall notify FCPH within seven (7) days of their intent to replace any equipment and FCPH shall inspect and approve any such equipment. 20. Invoicing, Participating JuHsdictions a. The Contractor shall invoice each participating jurisdiction on a quarterly basis. b. Categories including Larval/Pupal Treatment, CDC light traps, BG Sentinel 2 traps, Gravid traps, and Disease/Barrier/Event Adulticiding, Additional CDC light traps (if applicable), and Floodwater/Nuisance Spraying (if applicable) shall have the total cost per year equally divided and invoiced over four (4) quarters. 19 c. Categories including Storm Drain/Catch Basin Treatment, RAMP WNV Testing, and Additional RAMP WNV Testing shall be invoiced only for the quantity of units used during each quarter. Franklin County Public Health makes no assumptions or guarantees of the number of jurisdictions who may or may not uti&e the contracted services that may result from this Request for Proposals. Furthermore, at any time during the contract, Franklin County Public Health reserves the right to allow any jurisdiction, city or township to withdraw their portion of Integrated Mosquito Management services due to lack of funds, per Appendix G, Section 8.01 Contract Cancellation; 2) Non - Appropriation of Funds. Regardless of the number of participating jurisdictions that u ' ' e the contracted services and/or withdraw from this contract due to non -appropriation of funds, the Contractor must continue to honor all integrated mosquito management services to all remaining jurisdictions as contracted. W#1 EXHIBIT 3 UPDATED APPENDIX H — FUEL EFFICIENCY & REDUCING AIR POLLUTION FORM (Page intentionally left blank) 16 AppendIx H COMMITMENT TO PROMOTINGFUEL EFFICIENCYREDUCING POLLUTION FORM The Contractor supports the Franklin County Commissioners' "Green" philosophy and initiatives and agrees to sign the following statement of commitment to promote the use of fuel efficient and pollution reducing measures: We at Clarke Environmental Mosquito Management, Inc. (;bidder/4pii Name) fully support the Franklin County Commissioners in their "green" philosophy and initiatives and hereby commit to promoting the use of fuel efficient measures whenever possible and practical in the operation of our transportation business, particularly with respect to any contractual obligations to Franklin County. In recognition of the fact that vehicle emissions contribute significantly to urban smug, airborne toxins, and global warming, we specifically commit, whenever possible and economically practical, to practices that include, but are not limited to, the following: Vehicle Nsikenaw • Keep tires properly inflated. Under -inflated tires cost up to 1 mpg. • Change oil filter as recommended. • Use grade of oil recommended by manufacture-. • Use radial rather than belted tires. • Replace spark plugs at regularly scheduled intervals. • Replace air filter regularly. Can produce up to a 1 t}"/o increase in fuel economy. • Replace the PCV valve at regular intervals. • Make sure wheels are balanced and front end is properly aligned. Promote the Fallo Drlvinu Habits e Avoid extended warm-ups. • Avoid unnecessary idling. Prolonged idling uses % gallon of gas per hour. When waiting to pick up customers, our drivers should shut off the engine. • Avoid sudden stops and starts. Hard acceleration uses up to 1/3 more gas. • Avoid excessive braking. This can often be avoided by downshifting or taking foot off the gas. • Avoid "topping off" the gas tank. • Maintain the proper speed limit. • Don't carry unnecessary equipment in the trunk. • In winter, clean accumulated snow and ice from trunk, hood and roof to reduce weight and air drag. Vewde Purchm When replacing vehicles we will consider manual transmissions, fuel injected vehicles, lighter vehicles, and alternative -fuel vehicles in the size category required for our business, subject to economic and safety considerations. Viii MRS— • Consider the use of"Energy Conserving" motor oil. EC -II rated oil can improve mileage by 2.7 percent. • Dispose of oil at a used oil collection site (UOCS) that accepts and. recycles used motor oil. We recognize that fuel-efficient practices not only help the environment but are sound business practices that save us money in the operation of our business. Bidder/Agency Name: Clarke Environmental Mosquito Management, Inc. Signature and Title of Authorized Person: Joel Fruearit, VP & G ,anager Date: 5/411$ EXHIBIT 4 UPDATED APPENDIX I — ADULTICIDE PRODUCTS (Page intentionally left blank) 17 Appendix 1 Adulticide Products Length of Control (Residual Products Label Name Manufacturer Active Ingredient(s) Habitat/Conditions Applied Only) Outdoor residential and recreational areas where adult Sumithrin & Piperonyl mosquitoes are present in annoying numbers in Contact kill - no Anvil 10+10 ULV Clarke Butoxide vegetation surrounding parks, woodlands, swamps, residual action marshes, overgrown areas and golf courses and may be applied over agricutlural areas for the control of adult mosquitoes withing or adjacent to the treatment areas. Outdoor residential, urban, industrial, and recreational areas where adult mosquitoes are present in annoying Sumithrin, Prallethrin & numbers, and in vegetation surrounding parks, Contact kill - no Duet Dual -Action Adulticide Clarke woodlands, swamps, marshes, overgrown areas and golf Piperonyl Butoxide courses. DUET may be applied over crops or to areas residual action favoring drift over crops, including row, tree, fruit, citrus, pasture and other areas where agricultural enterprises take place. BARRIER APPLICATIONS: For control and exclusion fo resting or flying mosquitoes in areas such as animal Approximately 10 to FLIT 13.3 EC Clarke Permethrin quarters, roadsides, urban areas, residential areas, 14 days (can be industrial areas, golf courses, parks, recreational areas, tire piles and all public areas where adult mosquitoes longer) may occur. Outdoor residential and recreatinal areas to control mosquitoes, biting and non -biting midge and black flies in Permethrin &Piperonyl areas where these insects occur such as but limited to Contact kill - no Biomist 4+4 Clarke arks, campsites, woodlands, athletic fields, golf courses, p p g Butoxide residetnial areaas and municipalities, gardens, residual action playgrounds and overgrown waste areas. Can be applied to specific growing crops(37+) and range grasses prior to harvest. Outdoor residential and recreatinal areas to control mosquitoes, biting and non -biting midge and black flies in Permethrin & Piperonyl areas where these insects occur such as but limited to Contact kill - no Biomist 3+15 Clarke Butoxide parks, campsites, woodlands, athletic fields, golf courses, residual action residetnial areaas and municipalities, gardens, playgrounds and overgrown waste areas. Can be applied to specific growing crops(37+) and range grasses prior to harvest. Outdoor residential and recreational areas where adult mosquitoes are present in annoying numbers in Contact kill - no Mosquitomist Two Clarke Chlorpyrifos vegetation surrounding parks, woodlands, swamps, residual action marshes, overgrown areas and golf courses and other non -cropland areas Treat where pests have been seen or found, or can find shelter. Treat areas where pests normally feed or hide, such as baseboards, corners, around water pipes, behind and under refrigerators, cabinets, sinks and stoves. and under refrigerators, cabinets, sinks and stoves. and under refrigerators, cabinets, sinks and stoves. This product can be applied to walls, floors, ceilings, in and around cabinets, between, behind and beneath Suspend SC P Wellmark International Deltamethrin equipment and appliances, around floor drains, window Residual control up and door frames and around plumbing, sinks and other to 90 days possible pest harborage sites. Treat entry points around water pipes, utility penetrations, windows, doors, vents and eaves. Treat entry points around water pipes, utility penetrations, windows, doors, vents and eaves. Void applications can be made behind veneers, piers, and chimney bases, into rubble foundations, into Void applications can be made behind veneers, piers, and chimney bases, into rubble foundations, into block voids and structural voids, wall voids, under slabs, stoops, porches or to the soil in crawlspaces, and other similar voids. Spot treat floors, floor coverings, carpets or rugs for flea and tick control; DO NOT treat entire floor area. For control of adult mosquitoes in Outdoor Residential, Merus 3.0 Clarke Pyrethrins, a Recreational, Urban, industrial, and Agricultural Areas. botanical insecticide For use over agricultural crops, including those intended for human consumption, pasture, and rangeland. For Aerial and Ground ULV Application.