Similar Projects
RFP - Southwood Hospital Site Planning Study Survey
Term Contract
Conception
Norfolk, MA 02056

Alliance Health at Braintree Facility Improvements
Renovation
Conception
$3,690,000 CJ est. value
Braintree, MA 02184

The Children's Hospital Corporation Build Out Building 4
Renovation, Infrastructure - 100,509 SF
Design
$40,000,000 CJ est. value
Needham, MA 02494

The Children's Hospital Corporation Build Out Building 2
Renovation, Infrastructure - 127,145 SF
Design
$50,000,000 CJ est. value
Needham, MA 02494

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

Lee Family Practice Alterations
Renovation
Post-Bid
$100,000 CJ est. value
Lee, MA 01238

RFQ Contractor - Upgrade Steam Distribution System Phase II
Renovation
Post-Bid
$20,000,000 CJ est. value
Northampton, MA 01053

Western Massachusetts Hospital Clark Building Wheelchair Lift and Bathroom Improvements Project - General Bids
New Construction
Results
$320,000 est. value
Westfield, MA 01085

Western Massachusetts Hospital Clark Building Wheelchair Lift and Bathroom Improvements - Filed Sub Bid
New Construction
Results
$320,000 est. value
Westfield, MA 01085

Boston Children's at Waltham
New Construction, Demolition - 110,000 SF
Construction
$1,500,000 est. value
Waltham, MA 02453

Tobey Hospital Emergency Department
Renovation, Addition
Construction
$25,095,000 est. value
Wareham, MA 02571

Henry Heywood Memorial Hospital Addition
Addition, Demolition, Infrastructure - 40,115 SF
Pending Verification
$37,960,521 CJ est. value
Gardner, MA 01440

Norwood Hosptial
New Construction - 400,000 SF
Pending Verification
$10,000,000 CJ est. value
Norwood, MA 02062

The Children's Medical Center Renovation / South Waltham
Renovation
Design
$434,691,000 est. value
Waltham, MA 02453

Last Updated 03/09/2023 01:01 AM
Project Title

Maintenance Coordinator for External Programs - D1 Shower Renovation Project

Physical Address View project details and contacts
City, State (County) Tewksbury, MA 01876   (Middlesex County)
Category(s) Medical
Sub-Category(s) Hospital
Contracting Method Competitive Bids
Project Status Results, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $139,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Tewksbury Hospital is seeking a qualified vendor to renovate a shower room in an occupied unit in the Detox center located in the Saunders Building. Work to include demolition, painting, wall board, ceramic type flooring and walls and associated plumbing work. Renovate a Shower Room in an Occupied Unit in the Detox Center Project Timeline: The Contractor shall commence the Work on April 1, 2023 and bring the Work to completion by June 30, 2023.. The applicable minority workforce utilization percentage, if any, is 5%. The applicable women workforce utilization percentage, if any, is 5% General Scope of Work - (1) Contractor to supply all necessary equipment and materials to complete all work in a timely manner and to generally accepted professional standards. (2) All work to be done during normal working hours from 7am to 3:30pm or by agreed upon arrangement. (3) All work must be performed in accordance with the Hospital's established health, safety, building and environmental codes (4) The contractor is responsible for all necessary safety precautions, clean up and for the removal and off-site legal disposal of all debris generated from this project. (5) The selected contractor shall not engage in any "billable" work resulting from changes in scope without prior written authorization from Tewksbury Hospital. Failure to obtain prior written authorization from Tewksbury Hospital may result in non-payment for the disputed service. (6) Contractor must supply "time and materials" billing rates and standard markups for labor and materials for any out ofscope work. (7) Proposals must not be based solely on the information provided in the RFQ, or by the contract user. The contractor is responsible for examining all existing conditions and anticipating, based on his/her experience, likely hiddenconditions that may exist. (8) Contractors must make their own estimates ofthe amount of work needed. Contractors will not be entitled to any additional compensation for any discrepancies as a result ofthe contractor's own estimating error or omission. (9) Two (2) sets of specification sheets (cut sheets) for all materials to be used for this project are to be approved by ewksbury Hospital Contract Manager and/or Maintenance Coordinator before materials and equipment can be ordered. (10)Three (3) complete sets of all MSDS sheets for all paints, caulking, adhesives and other chemicals or materials are to be filed with the Tewksbury Hospital Contract Manager or Maintenance Coordinator upon award ofthe contract before work can begin. (11)All technicians/tradespeople are to be OSHA 10 certified (12)Criminal Offender Record Information Check. (a) All employees and/or prospective employees ofContractor, Trade Contractors and Subcontractors working on this project are subject to a CORI (Criminal Offender Record Information) check pursuant to chapter 6 ofthe Massachusetts General Laws. (b) DPH, in conjunction with EOHHS Human Resources, will conduct CORI checks pursuant to 101 CMR 15.00. For purposes ofthis Agreement, DPH will be in the role ofHiring Authority, as defined in 15 CMR 15.04. (c) DPH, as the requester, and pursuant to 15 CMR 15.06(2)(b), authorizes the General Contractor to obtain and submit CORI forms for all personnel who will be on the site prior to that person being allowed on the site. (d) Refer to the CORI REQUEST FORM in the Appendices. (e) All on-site personnel will be required to be CORI checked before being allowed on site. (13)A11 measurements are to be field verified before material and equipment is ordered. (14)A11 required permits and notifications are the responsibility ofthe contractor. Copies of all permits are to be filed with the Tewksbury Hospital Maintenance Coordinator or Contract Manager upon award ofthe contract and before the work can begin. (15)Tewksbury Hospital will not pay for fuel charges, truck charges, transportation charges or any other charges related to fuel or additional fees beyond the listed scope ofwork. (16)Payment processing will be contingent on receiving properly filled out and completed certified payroll forms, customer acceptance, and compliance sheets with invoice. (1) Shower Dimensions (a) Shower dimensions for shower room (i) Shower room approximately 18 x 20 (ii) Shower consists of 4 various size showers (2) Demolition/Set-Up (a) Dust mitigation to be accomplished by a wet method and the proper use of a HEPA machine if possible (b) An enclosure shall be built, with a door, outside one ofthe entries to the shower to accommodate additional working space (c) Remove all wall tile and associated backing down to the concrete block (i) Tile to be removed from all wall surfaces within the area (d) Remove all floor tile and substrate to the deck protecting existing floor drain (e) All debris leaving the area shall be removed in a covered cart or barrel to a dumpster or truck at a location designated by the hospital ' (f) Dry out and prepare shower floor and wall for installation on new floor and wall system. (g) Install proper substrates as required by floor and wall system manufacturer (h) Floor system will be pitched in such a way that all water will flow towards the floor and shower drains (1) Shower installation (a) All walls from floor to ceiling and floor are to be lined with shower pan liner similar or equal to Chloraloy showerpan liner. . (b) All seams are to be overlapped and sealed using adhesive similar or equal to Noble weld 100 (c) Lightweight concrete to be used to set the base for installation of ceramic floor tile. (d) All flooring to be designed to pitch to all floor and shower drains (e) Ceramic floor tile shall be heavy duty, 2"by 2" similar or equal as manufactured American Olean, color and design to be determined (f) Color of grout to match tile color and shall be sealed with a sealer similar or equal to Miracle Sealants 511 Impregnator Penetrating Sealer (g) Cover walls with '/a" Dura-rock or Hardy board. (h) All dura-rock shall be glued and mechanically fastened to existing concrete walls and all seams are to be caulked with a waterproof caulking similar or equal to DAP Silicon Max . (i) Ceramic wall tile shall be heavy duty, 12"by 24" similar or equal as manufactured American Olean, color and design to be determined (j) Grout line shall be 1/8" or less (k) Color of grout to match tile color and shall be sealed with sealer similar or equal to Miracle Sealants 511 Impregnator. Penetrating Sealer (l) Vertical and horizontal grab bars, a minimum of 2 properly sized shower rails shall be securely installed, vertically and horizontally in each shower. Locations to be determined ' . (2) All ceilings, door trims, access panels to be painted with mold and mildew resistant paint. Ceiling paint to be high gloss white. Color to be determined. (6) At completion ofthe work the area will be thoroughly cleaned and disinfected. Alternate #1 Plumbing work = (i) Plumbing to be in accordance with the latest edition ofthe Massachusetts Plumbing Code (ii) 4 Surface mount ligature resistant hide-a-pipe shower systems shall be supplied by Tewksbury Hospital and installed by contractor. (iii) Existing shower devices, floor drains and associated plumbing equipment shall be removed back to the chase wall and reinstalled over the ceiling to the shower system (iv) Isolation valves, hot and cold, to be installed for each ofthe 4 shower devices (v) All drains shall be similar or equal to those manufactured by Zum (vi) Alffloor drains shall be 3" and designed to be installed in ceramic tile floor. (vii)Floor drains are accessible on the basement level (viii) Drainpipe shall be similar or equal to the epoxy coated green type

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Windows, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Painting.
Division 10 - Specialties, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Blinds, Casework, Furniture, Seating, Institutional Furniture, Healthcare Furniture.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents