INVITATION FOR BIDS PEST CONTROL SERVICES

Similar documents
Main Building Auditorium

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

INVITATION TO BID CITY OF HOPKINSVILLE

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT

ADVERTISEMENT FOR BIDS

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

REQUEST FOR PROPOSAL For TRAFFIC SIGN INVENTORY AND MANAGEMENT SYSTEM

BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

INVITATION TO BID (Request for Proposal)

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Dates/Times: p.m. Pacific Time.

Rental Property Registration and Crime Free Housing Software. Request for Proposal

AGENDA STAFF REPORT. CLERK OF THE BOARD Pending Review COUNTY COUNSEL REVIEW. Approved Agreement to Form. Current Year Cost: NI A

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013

TEXAS DEPARTMENT OF TRANSPORTATION

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

INVITATION FOR BID Bid #872 - Printing Services

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

INVITATION FOR BID TERMS AND CONDITIONS:

Bid: Seventy-First High School Gym Floor Refinishing

Date: November 30, Company: THE UNIVERSITY OF SOUTHERN MISSISSIPPI is considering the purchase of the following item(s). We ask that you submit

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

Architectural Services

Highlands Housing Authority

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

DOCUMENT BID FORM - STIPULATED SUM

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m.

REQUEST FOR QUALIFICATIONS AND PROPOSALS. On Behalf of the Crawford County Board of Commissioners. for

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISING SERVICES

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES

Stand-up Fork Lift Bid #PR-09-07

Application for Employment

GENERAL CONDITIONS SERVICE AGREEMENT DURATION AND RENEWAL

Town of New Gloucester INVITATION TO BID Timber For Sale by Bid. Project Details

2016 CONCRETE REPLACEMENT PROJECT

INVITATION TO BID ON TOWN PAVING PROJECTS

Request for Bid. Handling Hostile Customers: from Verbal Threats to Active Shooter Situations One-day Training March 2017 Lansing or SE Michigan

INVITATION TO BID Notice is given hereby that the Bid # BOARD OF EDUCATION UNIFIED SCHOOL DISTRICT NO. 506 ALTAMONT, KANSAS

Erwin Montessori School

SEE-MTI COLLECTIVE BARGAINING AGREEMENT Section V A. HOURS OF WORK

OHIO CITY TOWN HALL OHIO CITY, COLORADO

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

LOWER MANHATTAN DEVELOPMENT CORPORATION

Chapter 3 DESIGN. C. Project Scope: The Designer may proceed only with the authorized scope of work. Scope changes must be approved by the OFD-PM.

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

ADVERTISEMENT FOR BIDS

REQUEST FOR QUALIFICATIONS

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

REQUEST FOR PROPOSALS (RFP) FOR. Remodeling & Renovations to Villa Tranchese Apartments FOR

Asbestos Removal at Forest Blvd., Hugo, MN

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID. HMS Nutritional Services Milk

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

Construction Contract Basics

Request For Proposal Of Printing and Design Services. Marketing Department

INVITATION FOR BID BID #1037 Parka and Softshell Coats

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

INVITATION TO BID-NEW CONSTRUCTION

RFP IP-Based Surveillance Camera System

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

Request for Proposals

LEVEL I PREQUALIFICATION DOCUMENTS

CHARLESTON HEAVY LIFT 2, INC.

Gila River Indian Community Utility Authority

CITY OF CHICAGO DEPARTMENT OF BUILDINGS

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

BUYER MUST MAKE ARRANGEMENTS FOR LOADING AND TRANSPORTING THE CONTAINERS.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

B. This project is being bid as one contract, and the contract is comprised of a one-line item bid.

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS (RFP) TERMITE AND PEST CONTROL SERVICE JANUARY 27, 2009

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Transcription:

INVITATION FOR BIDS PEST CONTROL SERVICES The Housing Authority of East Baton Rouge Parish is accepting bids for PEST CONTROL services for the thirteen (13) public housing apartment complexes located in the parish. Proposed contract period is December 1, 2011 through September 30, 2013 with option for 3 one year renewals. Bids must be received at the administrative offices of the Housing Authority, 4731 North Boulevard, Baton Rouge, LA 70806 no later than Tuesday, October 4, 2011, 4:00 p.m. Bidding documents may be obtained at the Housing Authority Administrative Offices, 4731 North Blvd., Baton Rouge, LA 70806 Monday-Friday, 9:00 a.m. to 4:00 p.m. (225) 923-8100 or www.ebrpha.org. The Housing Authority of EBRP reserves the right to reject any or all bids. 1

INSTRUCTIONS TO BIDDERS Before submitting bid, bidder must inspect the facilities and existing conditions at all locations proposed for service. No additional compensation will be granted for work not included in original bid due to failure to inspect and become familiar with existing conditions affecting the performance of work included in the contract that are necessary to satisfactorily carry out the work included herein. A pre-bid site visit of all properties has been scheduled. SEE ATTACHED SCHEDULE WITH LOCATIONS, DATES AND TIMES. All bids must be submitted on the forms provided by the Housing Authority of East Baton Rouge Parish (HAEBRP). Bids must be placed in a sealed envelope clearly marked BID FOR PEST CONTROL 2011-2013. Bidders must provide all the information required by the Invitation For Bids. The form HUD-5369C Certifications and Representations of Offerors (Non- Construction Contract) must be completed, signed and returned with bid. The HAEBRP will award a contract only to responsible prospective contractors who have the ability to perform successfully under the terms and conditions of the contract. In determining the responsibility of the bidder, the HAEBRP will consider such matters as the bidder's integrity, compliance with public policy, record of past performance, and financial and technical resources. The HAEBRP will evaluate bids in response to this solicitation without discussion and will award contract to the responsible bidder whose bid, conforming to this solicitation, will be most advantageous to the HAEBRP considering only price and any price-related factors specified in the solicitation. The HAEBRP reserves the right to reject any and all bids received. The HAEBRP may accept any item or combination of items bid. EQUAL EMPLOYMENT OPPORTUNITY The contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or handicap. EQUAL OPPORTUNITY FOR BUSINESSES AND LOWER-INCOME PERSONS The work to be performed under this contract is on projects assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development. Section 3 of the Housing and Urban Development Act of 1968 requires that to the greatest extent feasible, opportunities for training and employment be given to lower income residents of the project area. Form HUD-5369-B, Instructions to Offerors Non-Construction follows. 2

GENERAL CONTRACT REQUIREMENTS Contractor must be licensed and bonded in the State of Louisiana. INSURANCE The contractor must maintain workers compensation, commercial general liability and auto insurance, minimum of $1,000,000 coverage per occurrence during the course of the contract (The Housing Authority of East Baton Rouge Parish must be listed as additionally insured.) PAYMENTS Payment for services shall be made on a monthly billing cycle for any and all monthly services and/or quarterly for any and all quarterly services. Contractor will submit an invoice for services which shall be paid within twenty (20) calendar days. CONTRACT TERMINATION The Owner may terminate this contract in whole, or in part, whenever the Owner determines that such termination is in the best interest of the Housing Authority. Any termination shall be effected by delivery to the Contractor of a Thirty (30) Day Notice of Termination. General Conditions for Non-Construction Contracts Section I follows. STATEMENT OF WORK Pest management is integral to the provision of safe and sanitary housing. The HAEBRP is seeking an effective pest control service provided by companies that are trained, certified and licensed. It is the desire of the HAEBRP for products that, while producing the desired level of effectiveness, pose the least harm to human health and the environment and should be used on all properties serviced under the contract. The work of this contract (in general) is comprised of the following: Areas to be treated shall include, but not be limited to, all dwelling units regardless of whether the units are occupied or vacant, single and multi-story, foundations (where applicable), offices, and community area dumpster enclosures. Community areas and administrative offices shall be treated in the same manner as dwelling units. Pest control services shall include, but not be limited to, the extermination and control of the following list of pests: Roaches - Ongoing quarterly service Rodents (rats/mice) - Ongoing monthly service; as need basis per location Silverfish, bed bugs, ants, spiders, bees, bats, fleas on an as need basis per unit, per building, per site. 3

Contractor is required to respond to recalls within a forty-eight (48) hour period. All personnel furnished by the Contractor shall be bonded, licensed, and thoroughly skilled and trained in pest control procedures in accordance with Local, State and Federal laws, and statutes. MATERIALS AND EQUIPMENT: Materials and chemicals shall be generally recognized in the trade as effective and safe for the specific use intended. The Contractor shall be responsible for the selection of materials/chemicals that are known to be the most suitable and effective; however, no chemicals used shall be of a type that is poisonous or injurious to human beings of any age in the quantities that Contractor will use. All chemicals, compounds, and materials shall meet the requirements of the Environmental Protection Agency (EPA) and the Agency will be provided with a list of all chemicals used. Contractor shall provide Agency with Material Safety Data Sheets or similar documents for all chemicals used in the performance of this contract. Chemicals with high residual capabilities and excellent knockdown effect shall be used. These chemicals shall be alternated as needed to obtain the best results against immunity. The chemicals used in the pest control process shall not damage or stain the painted wall surfaces, vinyl floor tile, or household goods and furnishings. All aforementioned damages shall be the responsibility of the Contractor. SCHEDULE AND FREQUENCY: Contractor shall provide the Agency, prior to commencement of work, a six (6) month schedule showing the dates and locations of the communities and other locations to be serviced. Subsequent schedules shall be provided ten (10) working days prior to each six (6) month anniversary. Pest control service for roaches: All dwelling units and locations shall be scheduled and serviced on a quarterly basis, and there will be no charge for call backs. Pest control services will be on a per unit per quarter basis. Pest control service for rodents: All identified sites/locations shall be scheduled and serviced on a monthly basis, and there will be a reduced, set fee for call backs. Services will be on a per site per month basis. All other service for pests as identified above will be on an as needed basis and by direction of Contract Monitor or designee. CHECK-IN PROCEDURE: The Contractor s personnel shall sign in and out with the appropriate Property Manager Office as applicable. The Agency shall provide Contractor a list of all key personnel at that location. Property managers or their designee shall accompany service provider on quarterly pest control service. 4

REPORT PROCEDURE: The contractor shall, upon completion of every on-site call, furnish the appropriate Agency representative a work-ticket, which shall be the original, detailing all pest control services, call backs, tests, treatment method and any other treatments by date, time, and location. The appropriate Agency representative, as designated by the Contract Monitor, shall sign all work tickets. A copy of the completed and signed work ticket is a required submittal with the Contractor s invoice and essential to the payment process for completed work. Unsigned work tickets may result in non-payment. Contractor shall inform Agency, in writing, of any unsanitary conditions that effectively negates the pest treatments being performed. Contractor will also inform the appropriate Agency representative of any resident that refuses the service. HOURS OF OPERATION: Work shall be performed during the regular hours of operation, which is Monday through Friday, from 8:00 a.m. to 5:00 p.m. In the event of call backs, said call backs shall be honored within forty-eight (48) hours, excluding Saturday, Sunday and holidays. Contractor will perform services around HAEBRP holidays. ADMINISTRATIVE OFFICES 4730 and 4731 North Boulevard Baton Rouge, LA 70806 SITE LOCATIONS AMP 1 LA 03-01, Monte Sano Village LA 03-09, Wood Plaza 3002 East Mason Street 9990 Avenue J Baton Rouge, LA 70805 Baton Rouge, LA 70807 LA 03-02, Clarksdale LA 03-14, Scotland Villa 801 Swan Street 10666 Scotland Avenue Baton Rouge, LA 70807 Baton Rouge, LA 70807 AMP 2 LA 03-08, Kelly Terrace LA 03-11, Zion Terrace 999 Rosenwald Road 5958 Cadillac Street Baton Rouge, LA 70807 Baton Rouge, LA 70811 5

AMP 3 LA 03-05, Turner Plaza 4546 North Street Baton Rouge, LA 70806 AMP 4 LA 03-03 Duane LA 03-06, Ardenwood Village 1701 Duane Street 1957 North Ardenwood Drive Baton Rouge, LA 70802 Baton Rouge, LA 70806 LA 03-13, Capitol Square 700 North 17 th Street Baton Rouge, LA 70802 AMP 5 LA 03-12, Roosevelt Terrace LA 03-15, Sharlo Terrace 1255 West Roosevelt Street 4915 Alvin Dark Drive Baton Rouge, LA 70802 Baton Rouge, LA 70820 AMP 6 LA 03-16 RIVERSOUTH AND HOPE VI SCATTERED SITE RENTALS 1 1374C Thomas Delpit North 2 BR 2 723 River South Way 2 2 725 River South Way 2 4 705 River South Way 2 4 707 River South Way 3 5 651 River South Way 1 5 653 River South Way 3 6 643 River South Way 2 7 633 River South Way 3 11 604 River South Way 1 11 602 River South Way 3 15 642 River South Way 2 15 644 River South Way 3 17 704 River South Way 2 19 714 River South Way 2 19 716 River South Way 3 20 724 River South Way 3 21 732 River South Way 2 21 734 River South Way 2 22 1428C Thomas Delpit South 2 22 1428D Thomas Delpit South 3 50 2049 Colorado Street 2 10A 611 River South Way 3 11A 609 River south Way 3 57-A 2112 Kansas Street 2 59-A 2122 Kansas Street 3 62-A 2153 Colorado Street 2 63-A 2136 Kansas Street 2 66-A 2167 Colorado Street 3 68-A 311 Polk Street 2 68-A 2171 Colorado Street 3 70-A 349 Polk Street 2 B 1739 Napoleon Street 2 6

AMP 1-211 units Development total 2 BR 3 BR 4 BR Monte Sano Village 72 21 28 5 Clarksdale 47 14 19 Scotland Villa 42 25 15 2 Wood Plaza 50 20 10 AMP 2-198 units Zion Terrace 98 39 27 4 Kelly Terrace 100 40 24 4 AMP 3-213 Turner Plaza 213 9 AMP 4-172 units Ardenwood Village 93 30 35 8 Capital Square 50 19 17 2 Duane Street 29 15 13 1 AMP 5-128 units Roosevelt Terrace 50 20 10 Sharlo 78 AMP 6-33 RiverSouth 33 18 13 Total 955 270 211 26 7

BID FORM TO: BID FOR: HOUSING AUTHORITY OF EAST BATON ROUGE PARISH 4731 NORTH BOULEVARD BATON ROUGE, LOUISIANA 70806 ATTN: DANNIE THREETON Pest Control Services BATON ROUGE, LOUISIANA PARISH OF EAST BATON ROUGE PROPOSAL DUE: Tuesday, October 4, 2011 THE BIDDER: hereby declares and represents that he: a) has carefully examined the Bidding Documents, b) has clear understanding of the Bidding documents, c) has not received, relied on, or based his bid on any verbal instructions contrary to the Contract Documents or any addenda, d) has personally inspected and is familiar with the project site(s), and hereby proposes to provide all labor, materials, tools, chemicals and equipment as required to perform, in a satisfactory manner, all pest control service(s) of afore referenced sites. BID: For all work required by the contract documents for ADMINISTRATIVE OFFICES 4730 North Boulevard Monthly Service-Rodent Amt. $ 4731 North Boulevard Monthly Service-Rodent Amt. $ BID: For all work required by the contract documents for AMP 1 LA 03-01 3002 East Mason Monthly Service-Rodent Amt. $ LA 03-02 801 Swan Street LA 03-09 9990 Avenue J Monthly Service-Rodent Amt. $ Monthly Service-Rodent Amt. $ LA 03-14 10666 Scotland Avenue Monthly Service-Rodent Amt. $ BID: For all work required by the contract documents for AMP 2 LA 03-08 999 Rosenwald Road Monthly Service-Rodent Amt. $ LA 03-11 5958 Cadillac Street Monthly Service-Rodent Amt. $ 8

BID: For all work required by the contract documents for AMP 3 LA 03-05 4546 North Street Monthly Service-Rodent Amt. $ BID: For all work required by the contract documents for AMP 4 LA 03-04 1701 Duane Street Monthly Service-Rodent Amt. $ LA 03-06 1957 N. Ardenwood LA 03-13 - 700 North 17 th Street Monthly Service-Rodent Amt. $ Monthly Service-Rodent Amt. $ BID: For all work required by the contract documents for AMP 5 LA 03-15 4915 Alvin Dark Drive Monthly Service-Rodent Amt. $ LA 03-12 1255 West Roosevelt Monthly Service-Rodent Amt. $ BID: For all work required by the contract documents for AMP 6 LA 03-16 RIVERSOUTH AND HOPE VI SCATTERED SITE RENTALS Monthly Service-Rodent Amt. $ 1 1374C Thomas Delpit North 2 BR 2 723 River South Way 2 2 725 River South Way 2 4 705 River South Way 2 4 707 River South Way 3 5 651 River South Way 1 5 653 River South Way 3 6 643 River South Way 2 7 633 River South Way 3 11 604 River South Way 1 11 602 River South Way 3 15 642 River South Way 2 15 644 River South Way 3 17 704 River South Way 2 19 714 River South Way 2 19 716 River South Way 3 20 724 River South Way 3 21 732 River South Way 2 21 734 River South Way 2 22 1428C Thomas Delpit South 2 22 1428D Thomas Delpit South 3 50 2049 Colorado Street 2 10A 611 River South Way 3 11A 609 River south Way 3 57-A 2112 Kansas Street 2 59-A 2122 Kansas Street 3 9

62-A 2153 Colorado Street 2 63-A 2136 Kansas Street 2 66-A 2167 Colorado Street 3 68-A 311 Polk Street 2 68-A 2171 Colorado Street 3 70-A 349 Polk Street 2 B 1739 Napoleon Street 2 Fee for call back treatment Unit Costs Ea: Silverfish Bed Bugs Ants (Interior) Ants (Exterior) Spiders Per Unit $ Per Unit $ Per Unit $ Per Unit $ Per Site $ Per Unit $ Prices are fixed and shall not be adjusted for the contract period. Contract period is December 1, 2011 through September 30, 2013 with an option to renew for two additional one year periods. Payments shall be made on a month to month period upon satisfactory completion of service. AWARD AND EXECUTION OF CONTRACT: If the bidder is notified of the acceptance of the proposal within forty-five (45) days after opening of bids, the bidder agrees to execute the "Contract Between Owner and Contractor" within ten (10) days after notice from the Owner. If the Bidder fails to complete all requirements for executing contract within ten (10) days after notification, the Owner may reject the Bid and award the contract to the next lowest Bidder. REJECTION OF PROPOSAL: The Bidder understands that the Owner reserves the right to reject any or all bids for just cause. In accordance with La. R.S.38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity. WITHDRAWAL OF PROPOSAL: The Bidder agrees that this bid shall be good and may not be withdrawn for a period of forty-five (45) calendar days after the scheduled closing time for receiving bids except in accordance with the provisions of R.S.38:2214. NAME OF COMPANY: ADDRESS: BY: TITLE: DATE: 10

Schedule for Site Inspections Access to one unit of each size along with officecommunity space will be provided at each site. DAY ONE Mon., 9-19-11 Time Development Monte Sano Village Clarksdale Wood Plaza Kelly Terrace Scotland Villa Address 3002 East Mason, B.R., LA 70805 Starting Point 9:00 a.m. 801 Swan St. B.R., LA 70807 To Follow 9990 Avenue J B.R., LA 70807 999 Rosenwald Rd B.R., LA 70807 10666 Scotland Ave. Zion Terrace 5958 Cadillac St. DAY TWO Tues., 9-20-11 Admin Offices 4730-4731 North Blvd. Starting Point 9:00 a.m. Turner Plaza Ardenwood Village 4546 North St. B.R., LA 70806 To Follow 1957 N. Ardenwood B.R., LA 70806 Capital Square 700 North 17th Duane Street 1701 Duane St. RiverSouth Roosevelt Terrace Sharlo Scattered Site 1255 W. Roosevelt St. 4915 AlvinDark Dr.