arrow left
arrow right
  • Lange Campbell, Individually And On Behalf Of All Other Persons Similarly Situated v. New York Boiler, Inc, Richard Berger, Donald BergerOther Matters - Contract - Other document preview
  • Lange Campbell, Individually And On Behalf Of All Other Persons Similarly Situated v. New York Boiler, Inc, Richard Berger, Donald BergerOther Matters - Contract - Other document preview
  • Lange Campbell, Individually And On Behalf Of All Other Persons Similarly Situated v. New York Boiler, Inc, Richard Berger, Donald BergerOther Matters - Contract - Other document preview
  • Lange Campbell, Individually And On Behalf Of All Other Persons Similarly Situated v. New York Boiler, Inc, Richard Berger, Donald BergerOther Matters - Contract - Other document preview
  • Lange Campbell, Individually And On Behalf Of All Other Persons Similarly Situated v. New York Boiler, Inc, Richard Berger, Donald BergerOther Matters - Contract - Other document preview
  • Lange Campbell, Individually And On Behalf Of All Other Persons Similarly Situated v. New York Boiler, Inc, Richard Berger, Donald BergerOther Matters - Contract - Other document preview
  • Lange Campbell, Individually And On Behalf Of All Other Persons Similarly Situated v. New York Boiler, Inc, Richard Berger, Donald BergerOther Matters - Contract - Other document preview
  • Lange Campbell, Individually And On Behalf Of All Other Persons Similarly Situated v. New York Boiler, Inc, Richard Berger, Donald BergerOther Matters - Contract - Other document preview
						
                                

Preview

FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 FORM OF PROPOSAL FOR BOILER WELDING AND REPAIRS AT VARIOUS DEVELOPMENTS LOCATED IN THE BOROUGH OF BROOKLYN (Type or Print) 09/18/2017 Proposal Date: _____________________________________________________ New York Boiler, Inc. Bidder’s Name: ____________________________________________________ 5885 Preston Court, Brooklyn, NY 11234 Bidder’s Address: __________________________________________________ 718-251-3000 Business Phone Number: ____________________________________________ Cell Phone Number: ________________________________________________ 718-531-6221 Business Fax Number: ______________________________________________ 11-2809119 Federal Tax Number: _______________________________________________ NEW YORK CITY HOUSING AUTHORITY 90 CHURCH STREET NEW YORK, NY 10007 Dear Sir/Madam: I. THE BID A. The undersigned bidder (“Bidder”) proposes to furnish all labor, materials, tools, supplies and insurance and to pay all applicable taxes and to perform all work as provided in the Contract Documents for the performance of the above above-referenced contract (“Contract”), for the sum of (unit prices shall include the cost of parts, materials, labor, overhead and profit.): Estimated HA # Description Unit Unit Price x Quantity = Extension ITEM A - GENERAL BOILER WELDING GENERAL BOILER WELDING 1" TO & NOT INCLUDING 01100A001 "#$ LF $ 41.22 300 $ 12,366.00 GENERAL BOILER WELDING 12" TO & NOT INCLUDING 01100A002 36" LF $ 39.16 300 $ 11,748.00 GENERAL BOILER WELDING 01100A003 3' TO & NOT INCLUDING 6' LF $ 445.13 300 $ 133,539.00 GENERAL BOILER WELDING 01100A004 6' TO & NOT INCLUDING 9' LF $ 420.41 300 $ 126,123.00 Form of Proposal Page - 1 - Confidential NYB001202 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 GENERAL BOILER WELDING 01100A005 9' AND OVER LF $ 395.67 300 $ 118,701.00 ITEM B - REPLACEMENT OF BOILER TUBES 1. MAX. LENGTH - 12' - 2½" DIAMETER AND MAX. LENGTH - 10'- 3" DIAMETER REPLACEMENT OF BOILER TUBES MAX. LENGTH - 12' - 2½" DIAMETER AND MAX. LENGTH - 10' - 3" DIAMETER 1 TO 3 TUBES 0110B1001 PER BOILER ROOM EA $ 244.72 300 $ 73,416.00 REPLACEMENT OF BOILER TUBES MAX. LENGTH - 12' - 2½" DIAMETER AND MAX. LENGTH - 10' - 3" DIAMETER 4 TO 6 TUBES 0110B1002 PER BOILER ROOM EA $ 227.98 300 $ 68,394.00 REPLACEMENT OF BOILER TUBES MAX. LENGTH - 12' - 2½" DIAMETER AND MAX. LENGTH - 10' - 3" DIAMETER OVER 6 TUBES 0110B1003 PER BOILER ROOM EA $ 195.78 300 $ 58,734.00 2. MAX. LENGTH - 14' - 2½" DIAMETER AND MAX. LENGTH - 12' - 3" DIAMETER REPLACEMENT OF BOILER TUBES MAX. LENGTH - 14' - 2½" DIAMETER AND MAX. LENGTH - 12' - 3" DIAMETER 1 TO 3 TUBES 0110B2001 PER BOILER ROOM EA $ 293.66 200 $ 58,732.00 REPLACEMENT OF BOILER TUBES MAX. LENGTH - 14' - 2½" DIAMETER AND MAX. LENGTH - 12' - 3" DIAMETER 4TO 6 TUBES 0110B2002 PER BOILER ROOM EA $ 276.92 200 $ 55,384.00 REPLACEMENT OF BOILER TUBES MAX. LENGTH - 14' - 2½" DIAMETER AND MAX. LENGTH - 12' - 3" DIAMETER OVER 6 TUBES 0110B2003 PER BOILER ROOM EA $ 211.23 200 $ 42,246.00 3. MAX. LENGTH - 16' - 2½" DIAMETER AND MAX. LENGTH - 14' - 3" DIAMETER REPLACEMENT OF BOILER TUBES MAX. LENGTH - 16' - 2½" DIAMETER AND MAX. LENGTH - 14' - 3" DIAMETER 1 TO 3 TUBES 0110B3001 PER BOILER ROOM EA $ 293.66 110 $ 32,302.60 Form of Proposal Page - 2 - Confidential NYB001203 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 REPLACEMENT OF BOILER TUBES MAX. LENGTH - 16' - 2½" DIAMETER AND MAX. LENGTH - 14' - 3" DIAMETER 4 TO 6 TUBES 0110B3002 PER BOILER ROOM EA $ 276.92 110 $ 30,461.20 REPLACEMENT OF BOILER TUBES MAX. LENGTH - 16' - 2½" DIAMETER AND MAX. LENGTH - 14' - 3" DIAMETER OVER 6 TUBES 0110B3003 PER BOILER ROOM EA $ 211.23 110 $ 23,235.30 4. MAX. LENGTH - 18' - 2½" DIAMETER AND MAX. LENGTH - 16' - 3" DIAMETER REPLACEMENT OF BOILER TUBES MAX. LENGTH - 18' - 2½" DIAMETER AND MAX. LENGTH - 16' - 3" DIAMETER 1 TO 3 TUBES 0110B4001 PER BOILER ROOM EA $ 309.12 110 $ 34,003.20 REPLACEMENT OF BOILER TUBES MAX. LENGTH - 18' - 2½" DIAMETER AND MAX. LENGTH - 16' - 3" DIAMETER 4 TO 6 TUBES 0110B4002 PER BOILER ROOM EA $ 293.65 110 $ 32,301.50 REPLACEMENT OF BOILER TUBES MAX. LENGTH - 18' - 2½" DIAMETER AND MAX. LENGTH - 16' - 3" DIAMETER OVER 6 TUBES 0110B4003 PER BOILER ROOM EA $ 227.98 110 $ 25,077.80 5. MAX. LENGTH – 8’ - 1/2”DIAMETER REPLACEMENT OF BOILER TUBES MAX. LENGTH - 8' - 2½" DIAMETER TO 3 0110B5001 TUBES PER BOILER ROOM EA $ 227.98 110 $ 25,077.80 REPLACEMENT OF BOILER TUBES MAX. LENGTH - 8' - 2½" DIAMETER OVER 3 0110B5002 TUBES PER BOILER ROOM EA $ 195.78 110 $ 21,535.80 ITEM C – REPLACEMENT OF STAYBOLTS REPLACEMENT OF STAYBOLTS 1 TO 10 STAYBOLTS PER BOILER 01100C001 ROOM EA $ 244.72 200 $ 48,944.00 Form of Proposal Page - 3 - Confidential NYB001204 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 REPLACEMENT OF STAYBOLTS 11 TO 25 STAYBOLTS PER BOILER 01100C002 ROOM EA $ 195.78 200 $ 39,156.00 REPLACEMENT OF STAYBOLTS OVER 25 STAYBOLTS PER BOILER 01100C003 ROOM EA $ 162.29 200 $ 32,458.00 ITEM D – BOILER SHELL, WATER LEG & MUD RING PLATE REPLACEMENT BOILER SHELL, WATER LEG & MUD RING PLATE REPLACEMENT 1 SQ.FT. TO 01100D001 4 SQ. FT. PER BOILER ROOM SQFT $ 945.39 60 $ 56,723.40 BOILER SHELL, WATER LEG & MUD RING PLATE REPLACEMENT 4 SQ.FT. TO 10 SQ. FT. PER BOILER 01100D002 ROOM SQFT $ 814.02 60 $ 48,841.20 BOILER SHELL, WATER LEG & MUD RING PLATE REPLACEMENT OVER 10 01100D003 SQ.FT. PER BOILER ROOM SQFT $ 717.42 60 $ 43,045.20 01100D004 BOTTOM BLOWDOWN SET $ 285.00 40 $ 11,400.00 ITEM E – FRONT FIREBOX SEAM REPLACEMENT FRONT FIREBOX SEAM 00100E001 REPLACEMENT EA $ 1,303.46 40 $ 52,138.40 ITEM F – HANDHOLE COVER & SURROUNDING PLATE REPLACEMENT HANDHOLE COVER & SURROUNDING PLATE REPLACEMENT 1 TO 4 PER 01100F001 BOILER ROOM EA $ 683.93 80 $ 54,714.40 HANDHOLE COVER & SURROUNDING PLATE REPLACEMENT MORE 01100F002 THAN 4 PER BOILER ROOM. EA $ 602.78 80 $ 48,222.40 ITEM G – MANHOLE COVER & RING REPLACEMENT MANHOLE COVER & RING 01100G001 REPLACEMENT EA $ 1,303.46 40 $ 52,138.40 ITEM H - HOT WATER GENERATING TANK NECKPIECE REPLACEMENT HOT WATER GENERATING TANK NECKPIECE REPLACEMENT 10” 01100H001 DIAMETER EA $ 2,606.91 40 $ 104,276.40 Form of Proposal Page - 4 - Confidential NYB001205 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 HOT WATER GENERATING TANK NECKPIECE REPLACEMENT 12” 01100H002 DIAMETER EA $ 3,584.50 40 $ 143,380.00 HOT WATER GENERATING TANK NECKPIECE REPLACEMENT 14” 01100H003 DIAMETER EA $ 4,236.23 40 $ 169,449.20 ITEM I - HOT WATER GENERATING TANK TUBE SUPPORTS AND STRAP REPLACEMENT HOT WATER GENERATING TANK TUBE SUPPORTS AND 01100I001 STRAP REPLACEMENT EA $ 700.67 40 $ 28,026.80 ITEM J - HOT WATER GENERATING TANK DEFLECTOR (CW INLET BAFFLE) REPLACEMENT HOT WATER GENERATING TANK DEFLECTOR (CW INLET BAFFLE) 01100J001 REPLACEMENT EA $ 700.67 40 $ 28,026.80 ITEM K - ALLOWANCE ALLOWANCE FOR WORK TO BE DONE BY THE CONTRACTOR & NOT COVERED BY THE UNIT 01100K001 PRICE EA $ 150,000.00 $ 150,000.00 TOTAL EXTENSION PRICE: $ 2,094,318.80 ***NOTE: The bid factor is applicable ONLY to HA # 01100A001 thru HA # 01100J001 HA # 01100L00: Contractor minimum reimbursement fee for each call to any development HA # 01100M001: Bonding cost ---- HA # 01100N001: Insurance Cost. The undersigned understands and agrees that the adjustment factor indicated below will be applied to the individual unit prices and estimated quantities indicated in the form of proposal to calculate adjusted unit prices. The sum total of such adjusted unit prices (Factor Base Bid) will be used to determine the contract award amount. Post award, the Authority will provide the successful bidder with a detailed cost breakdown based on the above to be utilized for payment purposes. The undersigned further agrees to perform any and all functions called for in the Specifications in the quantities specified in the individual work orders against this Contract for the unit prices specified from Total Extension Price above multiplied by the adjustment factor of: 0.9475 _________________________________________ (Specify to four (4) decimal places) Form of Proposal Page - 5 - Confidential NYB001206 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 NOTICE: The attention of bidders is particularly called to the fact that, unless the bid is made in strict conformity with the directions given, it will be considered non-conforming and may be rejected. B. The Bidder acknowledges receiving the following Addenda: none _________________________________________________________________________; (Write in the number for each addendum received or write “none”) Twenty four (24) hours before the bid opening date, bidder may telephone at (212) 306- 6676 to verify with the Housing Authority the list of addenda, which the Bidder should have received. There will be no addenda to the scope of work issued by the Housing Authority during the seven (7) business days immediately preceding the Bid opening date. C. The sum of the extensions of the Unit Prices multiplied by the adjustment factor, based on the estimated quantity of work constitutes the total Adjustment Factored Bid upon which the Contract will be awarded. The cost for bonding and insurance shall be reimbursed by NYCHA to the Contractor as a pass thru without mark-up and shall be included in the second payment to the Contractor. The Contractor must submit proof, acceptable to NYCHA of the bonding and insurance costs. Acceptable proof is an invoice or break down letter from the Contractor’s carrier that is specific to this contract only. UNIT PRICE ADJUSTMENT The following Unit Price as herein established by the Authority, is for the purpose of computing adjustments in the Contract Price as provided in the Section on Unit Prices of the Instructions to Bidders. The Unit Price, as herein established by the Authority, shall be the sum total compensation payable for such item of extra work, and the Contractor shall not be entitled to additional compensation as an allowance for overhead and profit or for any other reason. The following Unit Price is the compensation which shall be added to the Specified Unit Prices listed in the forgoing proposal under Item B – (Replacement of Boiler tubes) when ten (10) gauge tubes are replaced. The price covers the cost of replacement of boiler tubes with ten (10) gauge tubes which, except for the thickness, shall conform to Section IIIB of the Specifications. UNIT PRICE NO. 1 For replacement of ten (10) gauge boiler tubes, other than 4” in diameter, $1.80 per foot additional to price indicated in Form of Proposal. NOTES 1. This is a Requirement Contract. Repair authorization will be made from time to time during the contract term. Payment will be calculated on the basis of the Adjusted Unit Prices (Adjusted Unit Prices are the Specified Unit Prices multiplied by the Adjustment Factor as quoted by the Contractor). Form of Proposal Page - 6 - Confidential NYB001207 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 2. Notwithstanding the Unit Prices on the foregoing pages, the Contractor will be paid a minimum fee of $200.00 for each call to any Development. This minimum fee shall cover allwork to be done at the specified Development, regardless of the number of days required to complete the designated work or the removal and return of the equipment. The minimum fee shall only be paid when the total cost, based upon the Adjusted Unit Prices, of all work done by the Contractor, or his Subcontractor, at the Development, is less than the established minimum fee. The above minimum fee shall apply also to “Extra Work” as defined in Note No. 11. 3. Where boiler or hot water generating tanks are not made available to the Contractor within 30 minutes after his arrival in the boiler room, the Contractor shall have the right to leave the Development after making another appointment with the Project Superintendent for the required repairs, in which event the Contractor shall be entitled to the guaranteed minimum compensation for such trip in the amount of $200.00. However, such minimum compensation shall only be paid where the failure to make boilers available is in no way due to any fault of the Contractor, and where the Contractor arrives pursuant to a prearranged appointment. For all work performed at the Development, the Contractor shall be paid in accordance with the Adjusted Unit Prices. The above minimum fee shall apply also to “Extra Work” as defined in Note No. 11. 4. For all overtime work performed pursuant to specific directions of the Authority, the Contractor shall be paid at a rate equal to twice (2x) the Adjusted Unit Price for work in that category. Overtime compensated at this increased rate shall be limited to work performed between 3:30 P.M. Friday and 8:00 A.M. on Monday, and all work on legal holidays, or non-working days established by the Mechanical Trade in question; pursuant to a contractual agreement between the Contractor and a bona fide labor union. The same minimum fee of $200.00 shall apply regardless of whether work is performed at the Unit Price rate or the overtime rate of compensation. 5. Time worked other than normal working hours for the trade in question shall not be compensated for by the Authority at the increased rate, when required to compete work within the time specified in the Specification. Overtime work voluntarily performed by the Contractor to avoid returning to complete a job on the following day shall be compensated by the Authority at the regular unit price rate. 6. When due to emergency conditions prevailing at the Development, the Authority directs the Contractor to complete an item of work during other than normal working hours, the Contractor shall be compensated at twice (2x) the Adjusted Unit Price for each item of work, prorated over the number of hours of overtime worked, as against the total amount of time required to complete such item of work. For the purpose of this Section, overtime work shall be deemed work performed during the hours of 3:30 P.M. to 8:00 A.M., and all work performed on Saturdays, Sundays, and non-working days as described in Note No. 4 above. 7. In the event that emergency work must be commenced on overtime, the Contractor shall be compensated at twice (2x) the Adjusted Unit Prices for the entire period. 8. In computing the compensation due to the Contractor for work performed under Item A, B, C, D, and F of the Specifications, Section II, all work under each category, the aggregate of which is performed in a single boiler room on any one service call, shall be paid for as though all of such work were a single repair consisting of the combined total Form of Proposal Page - 7 - Confidential NYB001208 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 of such work. For the purpose of these computations, a service call, which requires more than one day’s work to complete, shall nevertheless be considered a single call. 9. Where the Unit Prices for Front Firebox Seam Replacement results in a greater cost to the Authority than if this work were performed under the category for General Boiler Welding, the Contractor shall be compensated for this work, under the Unit Prices for General Boiler Welding. All invoices for Front Firebox Seam Replacement shall specify the number of linear inches of welding entailed in the work, regardless of the Unit Price used in fixing the compensation due to the Contractor. 10. The compensation for repairs under Items A, B, C, F and H of the Specifications, Section II shall be calculated on the basis of the Unit Price for the particular number of items in the Unit Price. However, should this calculated cost be higher than the minimum cost of the next lower price group, then the compensation payable shall be the minimum cost of said next lower priced group. 11. Extra work shall be deemed to mean cutting and welding of pipes or steel plates not included in Section III of the Specifications. It shall include but not be limited to such items as replacement of side circulators on two-piece boilers, replacement of rear circulators on two-piece boilers, replacement of boiler make-up and drain connections, replacement of couplings welded into the shells of boilers and hot water generating tanks, replacement of sections of steam mains, condensate return and related work above or underground. No work such as excavation, backfilling, replacement of insulation, replacement of insulation conduit or replacement of the underground conduit shall be required to be done by the Contractor for the work performed as extra work. All burning and welding work shall be performed as described in the Specifications. 12. On each order for extra work, travel time shall be allowed except where the Contractor is on the site when the order for such extra work is given and if he commences work immediately after finishing other work under this Contract. Under this condition, no travel time shall be allowed. 13. Where travel time is allowed, two (2) hour travel time per man for the first day and two (2) hour travel time for a maximum of two (2) men for each subsequent day shall be allowed regardless of the distance traveled and regardless of whether or not the number of men on said subsequent days exceed two (2). Travel time for truck and equipment shall be allowed for two (2) hours per day only. 14. All extra work performed by the Contractor shall be paid in accordance with the provisions set forth in Section 8 of the General Conditions. 15. The Contractor shall honor any work authorizations issued by the Authority under this Requirement Contract subject to the following conditions: a. When any portion of the total dollar value of this Contract remains unexpended at the end of the term of the Contract, the Authority may, at its sole discretion, elect to issue an authorization to the Contractor beyond the term of the Contract and the Contractor shall honor such authorization. In such event the term of this Contract shall be extended until an additional one (1) year and the Contractor shall honor the same bid price as that in the terms of the original contract. Form of Proposal Page - 8 - Confidential NYB001209 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 b. The dollar value of the items covered by such authorizations may total, in the aggregate, up to fifty percent (50%) in excess of the Adjustment Factored Bid. The Contractor shall not be required to install any additional items under this Contract if the total dollar value of the items previously installed, when added to the dollar value of any work authorizations issued hereunder, exceeds one hundred and fifty percent (150%) of the Adjustment Factored Bid. 16. General Procedures The Contractor shall honor any work authorizations issued by the Authority under this requirement contract subject to the following conditions: The bidder is cautioned to carefully read the Specifications for the work included in this Contract. The Contractor shall begin work at each location listed herein only after receiving an Authorization For Contractor’s Service” form which will be Faxed to the Contractor by the Contract Services Division as and when requested by the Development. The Contractor shall then arrange a start date with the Development’s Superintendent. Once work is started at a Development it shall continue on a regular basis until all authorized work is completed. Only work listed on the “Authorization for Contractor’s Service” form is to be done. If additional work is to be done it shall be called in to the Contract Services Division by the Development. A “Revised Authorization For Contractor’s Service” form will then be Faxed to the Contractor/ Development the same Day of the request. The Contractor is directed to sign the Contractors Log located at the Maintenance Office whenever they arrive at a Development. The contractor must note in the log the “DATE, CONTRACTORS NAME, CONTRACT NO., AUTHORIZATION NO, FOREMANS NAME, WORK LOCATION AND THE NUMBER OF WORKERS ASSIGNED TO THE WORK THAT DAY”. The Contractor shall also advise the Development’s Superintendent or Manager of the location and work that they shall perform on that Day and before leaving, advise them of any conditions which might adversely affect tenants. Upon award of the Contract, the Contractor shall have either a telephone answering system or service and FAX machine. The quantities indicated in the Form of Proposal are merely an estimate of requirements. The Contractor shall be paid on the basis of the Adjusted Unit Price only for actual quantities required by the Authority and installed by the Contractor. The Authority may require the Contractor to furnish and install more or less than the estimated quantity used for bidding purposes. The bidder is required to disclose the methodology used in determining the overall bid price. Itemize each labor class to be utilized in performance of the contract work. Labor classifications and applicable rates can be found in the Prevailing Wage Schedule contained herein. Indicate all material costs in the aggregate, and anticipated profit and overhead. Additional information may be required by the Authority in order to determine the responsiveness of the bid. Service Fitter Labor classification: _______________ 35.00X_______HRS. Rate: $______ 25,614 896,507.10 = $________ Labor classification: _______________ Rate: $______ X_______HRS. = $________ Form of Proposal Page - 9 - Confidential NYB001210 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 Labor classification: _______________ Rate: $______ X_______HRS. = $________ Labor classification: _______________ Rate: $______ X_______HRS. = $________ Labor classification: _______________ Rate: $______ X_______HRS. = $________ Labor classification: _______________ Rate: $______ X_______HRS. = $________ Material Cost: ______________________________________________ = $________ 458,214.74 Overhead: _________________________________________________ = $________ 498,059.50 139,456.66 Profit: ____________________________________________________ = $________ Total: ____________________________________________________ = $________ 1,992,238.00 Richard Berger NAME OF PERSON COMPLETING THIS SECTION (PRINT & SIGN) _________________________ 09/18/2017 DATE: _______________ ADDITIONAL USEFUL INFORMATION:________________________________________________ _____________________________________________________________________________________ __________________________________________________________________________________________________________________ __________________________________________________________________________________________________________________ DO NOT WRITE ON OR BELOW THIS LINE _____________________________________________________________________________________ __________________________________________________________________________________________________________________ __________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________ II. TAX EXEMPTION A. Purchasing of materials and supplies under the Contract between the bidder and the Housing Authority are exempt from New York State and City sales tax and compensating use tax. The Bidder certifies that it has not included such taxes in this bid. B. The Housing Authority is exempt from most Federal excise tax. If the Bidder is the manufacturer of an item upon which there is a federal excise tax, the Bidder Certificates that it has not included such tax in this bid. III.FUNDING SOURCE THIS CONTRACT IS (X) FEDERAL ( ) STATE ( ) CITY FUNDED. IV. BIDDER IDENTITY A. If the bidder is an individual or sole proprietorship, state the name and residence here if different from above. Form of Proposal Page - 10 - Confidential NYB001211 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 Name Residence Social Security No. B. Ifbidder is a partnership, state the name and residence of each partner on the lines immediately below. Name of Partner Residence Social Security No. C. Ifbidder is a corporation, state the name and residence of each principal of the Corporation on the lines immediately below (unless the corporation is publicly held, in which case so state and omit principals). Title Name Residence Social Security No. President, Richard Berger, 122 Forest Ave., New Rochelle, NY 10804, ss# Sec./Trea., Donald Berger, 164 Lovell Road, New Rochelle, NY 10804, ss# V. TRADE LICENSES List the type of Bidder's trade licenses along with their numbers. License Type License Number "R" National Board certificate #1035 (Copy attached) VI. SECTION 3 HIRING PLAN See Section 48 ofthe Amendments to the General Conditions for an explanation of the Section 3 obligations that will be enforced as part of this contract. A. Section 3 Plan: Richard Berger Name of official of bidder who will serve as the Section 3 Plan Officer: B. Employment: To the greatest extent feasible, you must meet numerical goals for providing training and employment opportunities to Section 3 Residents. Outline your current and anticipated workforce needs below. Attach additional sheets ifnecessary. See Section 48, F, Part I Hire" (6) for definitions of the categories of Section 3 Residents. A "New is defined as a person who is not on the contractor's payroll for employment at the time of contract award. Form of Proposal Page -11 - Confidential NYB001212 FILED: NEW YORK COUNTY CLERK 05/05/2020 05:15 PM INDEX NO. 160513/2018 NYSCEF DOC. NO. 37 RECEIVED NYSCEF: 05/05/2020 Workforce Analysis and Projection: Trainees and Apprentices n/a MAXIMUM PROJECTED CURRENT TRAINEES & TRAINEES & APPRENTICES APPRENTICES (New Hires) CLASSIFICATION Categorie Categorie Categorie Categorie TOTAL TOTAL s s s 1 and 2 s 3 and 4 # # 1 and 2 3 and 4 # #