2025 Bid Proposal-Aerial Adulticiding Attachment: 2025 Bid Proposal Form - Aerial Adulticiding.docx 
Louisiana > Tangipahoa Mosquito Abatement District
Invitation for Bids: 82520912
Listing Information/Advertisement
NOTICE TO BIDDERS

NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY TANGIPAHOA MOSQUITO ABATEMENT DISTRICT UNTIL MONDAY, JULY 7th, 2025, IN THE DISTRICT OFFICE LOCATED AT 15483 CLUB DELUXE ROAD, HAMMOND, LOUISIANA, 70403, ON THE FOLLOWING:
10:00 A.M. – AERIAL SPRAYING FOR MOSQUITO CONTROL
THEN AND THERE BIDS WILL BE OPENED AND READ ALOUD. BIDS RECEIVED AFTER THE SPECIFIED TIME AND DATE WILL NOT BE OPENED OR RECOGNIZED.
SPECIFICATIONS MAY BE PICKED UP OR REQUESTED BY PHONE AT THE TANGIPAHOA MOSQUITO ABATEMENT DISTRICT OFFICE AT TELEPHONE NUMBER 985-543-0454 BETWEEN THE HOURS OF 7:00 A.M. & 3:30 P.M., MONDAY THROUGH FRIDAY.
THE TANGIPAHOA MOSQUITO ABATEMENT DISTRICT RESERVES THE RIGHT TO REJECT BIDS IN ACCORDANCE WITH THE LAW.

S/COLBY COLONA
DIRECTOR

NOTICE
Sealed bids for aerial spraying for mosquito control for the Tangipahoa Mosquito Abatement District #1 will be received in their office, located at 15483 Club Deluxe Road, Hammond, LA 70403, until 10:00 AM on July 7, 2025. At that time, sealed bids will be opened and read aloud. Bid specifications may be picked up at the above address or may be requested by calling 985-543-0454 during regular business hours (7am-3:30pm M-F).
Any manufacturer’s names, trade names, catalogue or model numbers, or other similar material identifying a particular product, of a particular grade of product, are used for descriptive purposes, to establish the standard of quality, design, and performance. However, any substitution or departure proposed must be clearly noted and described. Otherwise, it will be assumed that the Bidder proposed to supply the items as specifically described in these Specifications.
It is understood and agreed that the Bidder, if awarded the subject contract, will protect, defend and hold harmless the District, its members, agents, and employees, from any claims, suits, or demands. This includes demand for payment for the use of any trade secret that may enter into the design, manufacture, or use of the item or services contracted for. Including any material, device, article or process the use of which is substantially important to the proper and most effective use of the items or services contracted for. Bidder further agrees to indemnify in full the District, its members, employees and agents for any amounts which they may be required to expend in the defense of such claims, suits of demands, or in settlement thereof, or in satisfaction of any judgment, award or decree resulting therefrom.
Bidder agrees, if awarded the subject contract, to protect, defend and hold harmless the District, its members, agents and employees, from any claims, demands or suits of any nature arising from or in any way connected with injury or damage to person, property, business or reputation, sustained by reason of any of the acts of the Bidder, his agents, employees, successors or assigns, or of anyone from whom Bidder is legally responsible.
Bidder, by submitting a proposal in response to this invitation, agrees to be bound by each of the terms and conditions hereof. Also, bidder agrees that said terms and conditions constitute the terms of the contract between the District and Bidder, effective upon award of the contract by the District.
 
TANGIPAHOA MOSQUITO ABATEMENT DISTRICT
PROPOSAL FORM FOR ANNUAL CONTRACT
CONTRACT NO. MC25002
PROPOSAL FOR AERIAL MOSQUITO CONTROL APPLICATIONS
CONTRACT PERIOD FROM 8/1/2025 THROUGH 7/31/2026
TERMS NET 30

THIS IS THE PROPOSAL OF
COMPANY NAME _____________________________________________________________
MAILING ADDRESS ___________________________________________________________
CITY ________________________________________ STATE ________ ZIP _____________
PERSON TO CONTACT ________________________________________________________
DATE _______________ PHONE NO. __________________ FAX NO. __________________
REMIT TO ADDRESS__________________________________________________________
_____________________________________________________________________________
SIGNATURE ____________________________________ TITLE _______________________

The above signature on this PROPOSAL certifies that the bidder has carefully examined the instructions to bidders, terms and specifications applicable to, and made a part of this proposal. Bidder further certifies that the prices shown are in full compliance with the conditions, terms, and specifications of this proposal.  Bid forms must be signed by an officer or member of the bidding vendor who is authorized to legally bind the bidder to the terms of this invitation.
This contract is for the aerial application of pesticides labeled for the control of adult mosquitoes, and all associated costs that this entails.  The cost of the pesticides themselves is not included in this contract.
AERIAL ADULTICIDING TOTAL BID AMOUNT (per acre) $_________


INSTRUCTIONS TO BIDDERS FOR ANNUAL CONTRACTS – GOODS & SERVICES
SPECIAL NOTE
Bidders are urged to promptly review the requirements of this specification and submit questions for resolution as early as possible during the bid period. Questions or concerns must be submitted in writing to the District office during the bid period. Otherwise, this will be construed as acceptance by the bidders that the intent of the specifications is clear and that competitive bids may be obtained as specified herein. Protests with regard to the specification documents will not considered after bids are opened.
1. The contract shall be firm through the period indicated on the cover sheet.
2. Proposals are mailed only as a courtesy. The District does not assume responsibility for failure of bidders to receive proposals. Bidders should rely only on advertisements in the local newspaper, and should personally pick up proposals and specifications. Full information may be obtained, or any questions answered, by contacting the District office, 15483 Club Deluxe Road, Hammond, LA 70403, or by calling our office at (985)543-0454.
3. The contract title, bidder’s name, address and bid opening date should be clearly printed or typed on the outside of the bid envelope. Only one bid will be accepted from each bidder for the same job. Alternates will not be accepted unless specifically requested in the proposal. Submission of more than one bid or alternates not requested may be grounds for rejection of all bids by the bidder. 
4. The method of delivery of bids is the responsibility of the bidder. All bids must be received by the Tangipahoa Mosquito Abatement District, 15483 Club Deluxe Road, Hammond, LA 70403 on or before the specified bid opening date and time. Late bids will not be accepted under any circumstances.
5. After opening, bids may not be withdrawn for a period of sixty (60) days.
6. Bids shall be accepted only on proposal forms furnished by the Tangipahoa Mosquito Abatement District. The District will only accept bids from those bidders in whose names the proposal forms and/or specifications were issued. Altered or incomplete proposals, or the use of substitute forms or documents, shall render the bid non-responsive and subject to rejection. The entire proposal package, including the specifications and copies of any addenda issued shall be submitted to the District as the bid.
7. All bids must be typed or written in ink. Any erasures, strikeover and/or changes to prices should be initialed by the bidder. Failure to initial may be cause for rejection of the bid as non-responsive.
8. All proposals must be signed. Failure to do so shall cause the bid to be rejected as non-responsive.
9. Where one or more vendor’s exact products or typical workmanship is designated as the level of quality desired or equivalent, the District reserves the right to determine the acceptability of any equivalent offered.
10. If bidding “equivalent” products, specifications, illustrative literature and any deviations shall be submitted with bid. Representative samples shall be submitted upon request, if appropriate.
11. Written addenda issued prior to bid opening which modifies the proposal shall become a part of the proposal for the bid, and shall be incorporated within the purchase order and/or contract. Only a written interpretation or correction by Addendum shall be binding. Bidders shall not rely upon any interpretation or correction given by any other method. 
12. All applicable chemicals, herbicides, pesticides and hazardous materials must be registered for sale in Louisiana by the Department of Agriculture, Sate of Louisiana, registered with EPA and must meet all requirements of Louisiana State Laws. Bidders must submit product label, material safety data sheet and EPA registry number with bid. This information will be required on any subsequent deliveries if there is a change in chemical content or a different product is being supplied. Failure to submit this data may be cause for the bid to be rejected or the contract canceled.
13. The District reserves the right to award items separately, grouped, or on an all-or-none basis and to reject any or all bids and waive any informalities.
14. The State of Louisiana Code of Governmental Ethics places restrictions on awarding contracts or purchase orders to persons who are employed by any agency of the Tangipahoa Parish Government, or any business of which they or their spouse has more than a twenty-five percent (25%) interest. The Code also prescribes other restrictions against conflict of interest and establishes guidelines to assure that appropriate ethical standards are followed. If any question exists regarding potential violation of the Code of Ethics, bidders should contact the Tangipahoa Mosquito Abatement District office prior to submission of the bid. Any violation of the Code of Ethics shall be grounds for disqualification of bid or cancellation of contract.
15. District purchases are excluded from state and local taxes.
16. The District reserves the right to terminate this contract prior to the end of the contract period on twenty-four (24) hours written notice for unsatisfactory performance. Termination under this paragraph shall not relieve either party of any obligation or liability that may have occurred prior to the effective date of termination.
17. In the event Vendor is placed in default by District for failure to accept the order or contract as bid, after being awarded by District, for failure to timely deliver, or for otherwise unsatisfactory performance, vendor may be subject up to six (6) months suspension from bidding any District work. In any event, vendor is not eligible to re-bid any project or contract for which he has been placed in default.
18. Tangipahoa Mosquito Abatement District is an equal opportunity employer.
19. In accordance with Louisiana Revised Statutes, a preference may be allowed for equivalent products, manufactured or grown in Louisiana and/or firms doing business in the State of Louisiana. Do you claim this preference if allowed? YES ___ NO___. If this preference is claimed, attach substantiating information to the proposal to show the basis for the claim.
20. Right To Audit Clause: The Contractor shall permit the authorized representative of the District to periodically inspect and audit all data and records of the Contractor relating to his performance under this contract.
21. Upon request of the Director, a bidder whose proposal is under consideration of the award of the contract shall submit promptly, satisfactory evidence of his financial resources and the organization and equipment he has available for the performance of the contract.
 
TECHNICAL SPECIFICATIONS FOR EQUIPMENT AND SERVICES

PURPOSE OF CONTRACT:
The District’s own aircraft flown by its own pilots will be the aircraft primarily used for aerial mosquito control applications within the District.  This contract will be utilized when the District’s aircraft is unavailable, or if additional spray capacity is necessary.
INTRODUCTION:
Following are the specifications required to perform the service of aerial spraying for mosquito control for the Tangipahoa Mosquito Abatement District No. 1. It may be required for the aerial contractor to demonstrate the below outlined equipment before the bid is awarded.
ARTICLE 1 
AIRPLANE - The airplane must meet the following criteria:

1. All aircraft must have proof of ownership.
2. Twin-engine airplane capable of operating at a speed of 135 MPH or greater.
3. Meet all applicable Federal Aviation Administration regulations.
4. Capable of carrying a minimum load of 60-gallon tank plus insecticide weighing 800 pounds.
5. Must be available for calibration, droplet studies, etc., with a 24-hour notice.
6. Annual Inspection must be completed and certification thereof made available between March and November
7. The plane shall be equipped with a Flight Guidance Global Positioning Satellite System that is specifically designed for aerial spraying.
8. Aircraft must be equipped with proper instrumentation that has the ability to generate maps of spray flights. Maps must be accompanied by the following information; indication of spray switch position, date/time, chemical sprayed, chemical application rate, pilot name and aircraft number. Maps must be submitted to the Tangipahoa Mosquito Abatement District No. 1, herein after referred to as “the District”, within three business days following spray operation.

ARTICLE 2
SPRAY SYSTEM – The spray system must meet the following criteria
Spray System Calibration and Characterization.  Prior to the initial commencement of the provisions for aerial ULV applications under this contract, the bidder shall perform and document characterization and calibration of aircraft spray system(s).  The bidder shall provide documentation of compliance with the following directive from the US EPA, Pesticide Registration (PR) Notice 2005-1, Notice to Manufacturers, Producers, Formulators and Registrants of Pesticide Products, Recommendation 5. Aerial Application:
Directions from the equipment manufacturer or vendor, pesticide registrant or a test facility using a wind tunnel and a laser-based measurement instrument must be used to adjust equipment to produce acceptable droplet size spectra.  Application equipment must be tested at least annually to confirm that pressure at the nozzle and nozzle flow rate(s) are properly calibrated.
1. Rotary atomizers (Micronair AU4000 or equivalent), or high-pressure system 
2. Minimum 60-gallon insecticide tank.
3. Complete spray system (tank, booms, pump, rotary atomizers, strainers, etc.) to be constructed of materials that are resistant to corrosion by naled, malathion and pyrethroids.  The contractor will be required to have a completely closed system for transferring insecticide from storage container into the plane as required by the insecticide label.
4. 100-mesh strainers must be installed, cleaned, and replaced as needed.  Strainers (100-mesh) to be located in main boom line immediately after the pump.
5. The pilot must be able to observe spray system pressure by monitoring a pressure gauge installed in the boom system and in easy view of the pilot, or by observing a digital display in the cockpit.
6. The spray system shall be constructed so that there are no leaks.
7. Diaphragm check valves or other cut off devices shall be used on insecticide dispersal system to insure positive cut off of the spray.  Spray system must produce droplets of insecticide within the specifications stated on the label and accompanying literature by the manufacturer of the insecticide. Aerial Contractor must provide documentation of calibration and droplet determination for each aircraft, the first time used in the territory, and subsequent times thereafter at the District’s request. The contractor may be required to demonstrate the equipment for calibration and droplet determination purposes. The District may verify compliance with label specifications through readings taken from microscopic observation of Teflon coated slides (or equal). During the course of this contract, the District may elect to use several different insecticides, at which time new documentation of recalibration may be required.
8. Spray systems to have the capability of dispensing naled, malathion, resmethrin, or pyrethroids at rates labeled for aerial ULV applications for adult mosquito control.
9. Spray systems to obtain a minimum 500-foot effective swath, to be determined by swath tests conducted by the Aerial Contractor. The District reserves the right to require documentation of such, and/or the right to perform swath tests for their own determinations as well.
10. The plane must be equipped with an approved spray system and may be subject to inspection by district personnel or other designees. 
11. During the mission the contractor will have the ability to perform the following:
a. Receive in real-time, meteorological conditions at ground level into the aircraft, specifically:
i. Temperature
ii. Wind speed
iii. Wind direction
iv. Humidity
b. Receive in real-time, meteorological conditions at release height into the aircraft, specifically:
i. Temperature
ii. Wind speed
iii. Wind direction
iv. Humidity
c. Based upon the cumulative effective of many variables such as droplet spectra, aircraft vortices, meteorology from multiple altitudes, evaporation, nozzle location, aircraft characteristics, product characteristics, source geometry (aircraft speed, release height) and application rates, the contractor will have onboard the aircraft the equipment necessary to optimize the application strategies, which result in increased droplet densities, product volume and most efficient droplet sizes into the intended treatment area, while minimizing off-target drift.

ARTICLE 3
   PILOT- The following criteria must be met
1. Must meet necessary insurance requirements.
2. Must be certified by Louisiana State Department of Agriculture and Forestry for aerial applications for mosquito control.
3. In addition to the above certification, copies of commercial pilot’s license with multi-engine rating, first or second class medical certificate, and copies of any other documentation required by the FAA, State and local agencies.
4. Must meet all necessary Federal Aviation Administration requirements.
5. Training.  Describe formal training and work experiences for each of the staff that would be assigned to the project.  This must include all pilots and support crew involved in the project.  
6. Work Experience.  List the pilots certified to operate the application aircraft that are in the firm’s employment and scheduled to work on the proposed project.  Pilot experience shall include dates of employment, FAA commercial fixed-wing certificate number, total flight hours, and total pesticide application flight hours.
7. Tally of Experience.  Bidder shall provide a tally of years of aerial application experience of the pilot staff members to be directly involved with the implementation of this contract. 
8. Pilot Safety and Night Vision Goggles.  The pilot(s) shall determine any and all hazards and shall, if requested by the Tangipahoa Mosquito District, fly each zone to be sprayed prior to the first application.  Pilot(s) are responsible for locating and avoiding navigation hazards such as radio towers, and high voltage power lines.  The pilot in command is responsible for the safety of the aircraft, its occupants and cargo, and is responsible for the spraying only the approved spray blocks.  Pilot(s) shall operate the aircraft in accordance with FAA requirements and safety regulations.  Flight safety shall include, but not be limited to, flight hours logged, and rest periods.  The bidder shall provide a pilot safety plan with this bid submittal.  
Since aerial applications for adult mosquito control are performed after sunset at an approximate altitude of 300 feet above ground level, the bidder will be required to equip the pilot staff with military grade night vision goggles (NVG).  As part of the pilot safety plan, the bidder shall provide a description of NVG equipment (make and model), pilot training program and certifications, and NVG experience of each pilot.  

ARTICLE 4
  GENERAL
1. Plane and pilot to be available with 24-hours notice.
2. Must have a second multi-engine fixed wing aircraft available for use as a back up or if more that one aircraft is needed to do the application in a timely manner.   
3. Spraying to be done in compliance with all Federal Aviation Administration regulations.
4. Night spraying will be required.
5. Crew must consist of a pilot and another person who will act as a spotter for obstacles.
6. Aerial Contractor to acquire all necessary waiver(s) from the Federal Aviation Administration.
7. Aerial Contractor to meet or exceed all requirements of the Federal Aviation Administration for aerial spraying.
8. Aerial Contractor must have a minimum of 3-years experience in applying insecticides for aerial mosquito control and be thoroughly familiar with Louisiana and Federal Laws governing application of insecticides aerially.
9. Aerial Contractor shall provide all solvents necessary for flushing and cleaning spray equipment.
10. Insecticide to be furnished by the District at the Hammond Northshore Regional Airport, or the District will have the insecticide drop shipped to a place mutually agreeable to both parties.
11. Aerial Contractor shall provide all labor and equipment for loading/unloading of chemicals at the Hammond Northshore Regional Airport or other base of airplane operation.

ARTICLE 5
 TREATMENT AREA
The area to be treated will be designated by the District as well as dosage (within legal label requirements) and swath width.  The time of day to be treated shall be determined by the District.  A representative of the District, designated by the Director will be notified immediately before take-off to pre-assigned treatment area.  Any exception to the above will be sufficient grounds for termination of the contract.

ARTICLE 6
 CHANGES
Replacement of aircraft or spray systems that may become necessary during the life of the contract shall be made by mutual agreement between the Aerial Contractor and the District.

ARTICLE 7
 OTHER AIRCRAFT
The District reserves the right to employ other aircraft for its Mosquito Abatement Program in case of the following:
1. The Aerial Contractor’s aircraft cannot cover the area as rapidly as the District deems necessary.
2. The dispersal equipment does not function properly.
3. The aircraft is not available.
4. The pilots do not carry out instructions.
5. The Aerial Contractor’s aircraft is not airworthy.
6. Aircraft are available from other governmental mosquito abatement programs in Louisiana.
In the cases of 1 through 5 above, all costs incurred by the District with reference to aerial spraying for the District will be assessed against the Aerial Contractor.

ARTICLE 8
 
INSURANCE
1. Statutory Louisiana Workmen’s Compensation must be provided.
2. Aviation liability for bodily injury and property damage for aircraft owned, leased, hired and non-owned, which are used to perform services under this agreement – not less than $1,000,000 (one million US dollars) per occurrence combined single limit, without limit. 
3. There must be a specific endorsement on the certificate to indicate that aerial spraying is covered under the aircraft liability, including coverage for both chemical and collision liability. Chemical liability shall not be less than $300,000 (three-hundred thousand US dollars) per occurrence.
4. The carrier for the Aerial Contractor shall name the District as an additional insured, and shall give notice of cancellation to the District.
5. Aerial Contractor shall provide a “Certificate of Insurance” showing the coverage indicated above prior to signing agreement.

ARTICLE 9
MEASUREMENT AND PAYMENT
Measurement for payment will be on a per acre basis, derived through a calculation based on the rate of application and the volume of insecticide sprayed. Bid quotations should be given on a per acre basis. The contractor will be paid for the number of acres sprayed, based on the before mentioned calculation   No additional compensation will be paid for ferry time to and from application site nor for loading time.
Payment shall be made to the Aerial Contractor on a monthly basis as measured above for all acres actually flown in service during the previous calendar month.  There will be no guarantee by the District of minimum acres to be flown. The Aerial Contractor will be paid for only those acres treated at the direction of the District director or designated appointee.

ARTICLE 10
 NON-LIABILITY OF PARISH OFFICIALS
No member of the District or any other official or authorized assistant, employee, or agent of the District shall be personally responsible for any damage resulting from the non-performance or the negligent or intentional acts of any portion of the services rendered by the Aerial Contractor.

ARTICLE 11
 INDEMNITY
The Aerial Contractor shall indemnify and hold harmless the District, its officers, servants, and employees from and against any and all suits, actions, legal proceedings, claims, or demands caused by any work done by Aerial Contractor in the performance of this agreement.

ARTICLE 12
 WORK TO BE PERFORMED

The intent of these specifications is to provide a thorough, competent, and qualified Aerial Contractor for the aerial spraying of mosquitoes in Tangipahoa, Louisiana.

ARTICLE 13
 DEFAULTS
A material breach of any of the terms and conditions of the agreement on the part of the Aerial Contractor shall be grounds for the forfeiture of the agreement at the option of the District.  The District, upon such termination, shall be at liberty to re-let the work to other parties, or to perform said work without any contract, and in either case, the Aerial Contractor shall be liable for any cost for performing such work in excess of the cost to the District had the Aerial Contractor continued to perform the work in accordance with the agreement specifications.

1. The Aerial Contractor shall not perform any work during any period when he is not covered by insurance as required in Article 8 above.  In such event, the District may declare forfeiture of the agreement, at its option, as provided herein.
2. All terms and conditions of the agreement are considered material and in the event the Aerial Contractor defaults in the performance of any of the covenants or agreements to be kept, done, or performed by it under the terms of said agreement, the contract may be terminated at the option of the District.
3. Failure to comply with the terms of these specifications relative to the aerial spraying of mosquitoes on the part of the Aerial Contractor by reason of major disaster, epidemic, or other extreme emergency with the District or by reason of the enforcement of federal, state, or local laws not now in effect and inconsistent or in conflict with the purpose and terms of this agreement, within the area serviced under this agreement, shall not constitute a breach of the agreement.

ARTICLE 14
 RIGHT TO REQUIRE PERFORMANCE
The failure of the District at any time to require performance by the Aerial Contractor of any provisions hereof shall in no way affect the right of the District thereafter to enforce same.  Nor shall waiver by the District of any breach hereof be taken or held to be a waiver thereafter of any provision of the contract, which was breached.

ARTICLE 15
 NOTICE
A letter addressed and sent by Certified United States mail, return receipt requested, to either party at its business address shown herein shall be sufficient notice whenever required for any purpose in this agreement.  Any notice to the District shall be sent to:

TANGIPAHOA MOSQUITO ABATEMENT DISTRICT NO. 1
15483 CLUB DELUXE ROAD
HAMMOND, LOUISIANA 70403


ARTICLE 16
TERMS OF CONTRACT
The contract will be for a term of one year based on the lowest and most qualified bid submitted that meets all specifications.  The District reserves the right to reject or accept any or all bids and waive technicalities. The contract may be extended on an annual basis for up to two years not to exceed a total of three years before a new bid process must take place.  At the time of renewal the district will consider an adjustment to price based on contractors proposed price increase or decrease.  The District reserves the right to reject any price adjustment submitted by the bidder.  

ARTICLE 17
 ILLEGAL PROVISIONS
If any provisions of the Agreement shall be declared illegal, void or unenforceable, the other provisions shall not be affected but shall remain in full force and effect.

ARTICLE 18
 ASSIGNMENT
No assignment of the agreement or any right occurring under this agreement shall be made in whole or in part by the Aerial Contractor without the express written consent of the District.  In the event of any assignment agreed to by the District, the assignee shall assume the liability of the Aerial Contractor.
 
CONTRACT AGREEMENT





On this                            Day of _______________________, 2025
I,  _____________________________________________ as representative of ________________________________________________, by signing this document do agree to all terms and contract demands, as set forth in the specifications, by the Tangipahoa Mosquito Abatement District No 1. 

_____________________________________________
Aerial Contractor’s Representative

_____________________________________________
Director, Tangipahoa Mosquito Abatement District

BID SUBMITTAL INFORMATION
Creator Username: TMCCC
Bidding Privacy: Bid encryption
Started: 04-Jun-2025 12:00:00 AM CDT
Ends: 07-Jul-2025 10:00:00 AM CDT ( 26d, 10h+ )
History: 38 Views
Event Status: Event open for bids
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
02-Jun-2025 2:29:32 PM CDT
Added attachment