ALAMEDA HOSPITAL 2030 SEISMIC AND OPERATIONAL UPGRADES PROJECTS 1-9 – DUE JUNE 24, 2026
Bid Issue Date: April 20, 2026
Bid Manual and Documents Available at:
https://buildevo.com/webapp/documents/1cfedaa4-5193-484b-a780-476d01b7e032
Contact: Kristen Thorson, Project Manager/Owner’s Representative
510-590-2934
NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that the City of Alameda Health Care District (“District”) invites and will receive sealed Bids up to but not later than 11:00 a.m. on Wednesday, June 24, 2026, at the office of the Construction Project Manager, located at Alameda Hospital, 2070 Clinton Avenue, 5th Floor Administration Building, Alameda, CA 94501, for the furnishing to District of all labor, equipment, materials, tools, services, transportation, permits, utilities, and all other items necessary for ALAMEDA HOSPITAL 2030 SEISMIC AND OPERATIONAL UPGRADES PROJECTS 1-9 (the “Project”). Sealed Bids will be received during the hours of 8:00 a.m. to 11:00 am, on Wednesday, June 24, 2026. At said time, Bids will be publicly opened and read aloud at the office of the Construction Project Manager, located at Alameda Hospital, 2070 Clinton Avenue, 5th Floor Administration Building, Alameda, CA 94501. Bids received after said time shall be returned unopened. Bids shall be valid for a period of 90 calendar days after the Bid opening date.
Project 1: (Base) SNF Make-Ready
This project consists of a remodel of three existing spaces and sequenced coordination to relocate operating departments during the course of construction:
- Renovation of unused Nuclear Medicine space on the first floor of the West Wing for relocation of the existing Occupational Therapy department from the second level of the West Wing.
- In the Radiology Suite on the first level of the West Wing:
- A. The unused IVP/Chest Room unused space in the existing Radiology Suite will be remodeled to accommodate moving Bone Densitometry to this space, and
- B. The existing Bone Densitometry space will be remodeled to accommodate moving Vascular Ultrasound, Echocardiograph, and EKG from the existing space on the second level of the West Wing.
- Remodel of the Emergency Supply storage in the Materials Management area on the first level of the West Wing, including coordination and temporary conditioned storage of the existing supplies, demolition of existing storage equipment, upgraded rating of existing wall, installation of new shelving, and coordination of restocking the emergency supplies.
Project 2: (Base) SMRF Joint Evaluation – Phase 1
This project consists of a detailed frame joint evaluation of the existing steel moment-resisting frames (SMRF) at the South Wing and Emergency Department buildings. Scope includes containment and/or barriers and establishing all ICRA requirements, removal of fire safing, support of visual inspection and NDT testing, re-installation of fire safing, restoration of affected areas, and removal of containment.
Project 3: (Allowance) SMRF Joint Evaluation – Phase 2
This project consists of a detailed frame joint evaluation of the existing steel moment-resisting frames (SMRF) at the South Wing and Emergency Department buildings. Scope includes containment and/or barriers and establishing all ICRA requirements, removal of fire safing, support of visual inspection and NDT testing, re-installation of fire safing, restoration of affected areas, and removal of containment.
SMRF Joint Evaluation – Phase 2 project is contingent on results of SMRF Joint Evaluation – Phase 1 results and allowance may not be exercised.
Project 4: (Allowance) Materials Testing and Condition Assessment Program (MTCAP) – Phase 1
This project includes exposing and/or extracting existing structural building materials for visual inspection and documentation, and Owner-contracted laboratory testing of materials for Stephens Wing and West Wing buildings. Scope includes containment and/or barriers and establishing all ICRA requirements, architectural demolition to access structural elements, structural demolition and material extraction, facilitating Owner-contracted inspector’s documentation of test areas, patching of structural elements, architectural restoration of affected areas, and removal of containment.
Project 5: (Allowance) Materials Testing and Condition Assessment Program (MTCAP) – Phase 2
This project includes exposing and/or extracting existing structural building materials for visual inspection and documentation, and Owner-contracted laboratory testing of materials for Stephens Wing and West Wing buildings. Scope includes containment and/or barriers and establishing all ICRA requirements, architectural demolition to access structural elements, structural demolition and material extraction, facilitating Owner-contracted inspector’s documentation of test areas, patching of structural elements, architectural restoration of affected areas, and removal of containment.
MTCAP – Phase 2 project is contingent on results of MTCAP – Phase 1 results and allowance may not be exercised.
Project 6: (Allowance) NPC 4 Upgrades
This project includes bracing and anchorage of existing pipes, ducts, and equipment to comply with NPC 4 requirements for all acute care buildings. Scope includes containment and/or barriers and establishing all ICRA requirements to access NPC 4 work points, restoration of affected areas, and removal of containment.
Project 7: (Allowance) Skilled Nursing Facility (SNF)
This project converts an underutilized space on the second floor of the South Wing building into a distinct part skilled nursing unit. Two functions (outpatient occupational therapy and cardiovascular exam rooms) will be moved to the first floor in the SNF Make-Ready project to complete the vacancy of this area for Skilled Nursing Facility full demolition and new construction. An existing smoke barrier is redefined to coincide with the demarcation of a new sleeping suite of 9,000sft.
Project 8: (Allowance) NPC 5 Upgrades
This project includes utility upgrades to comply with NPC 5 requirements, including new fuel, water, and wastewater collection tanks. Scope includes associated aboveground and underground piping, valves, filtration and control systems. Scope also includes parking lot curb, landscaping, and paving demolition and improvements.
- One [1] 5,000 gallon above ground fuel storage tank system, including related demolition, foundation and MEP improvements, and including temporary fuel tank during construction activities,
- One [1] 30,000 gallon above ground domestic water tank system, including related demolition, foundation and MEP improvements,
- One [1] 30,000 gallon below grade wastewater collection tank, including demolition, foundation and MEP improvements.
Project 9: (Allowance) SPC 4D Retrofit
This project includes structural upgrades to the Stephens Wing and West Wing buildings including new and/or upgraded shear walls, footing expansions, soil mitigation, and column external reinforcement. Scope includes containment and/or barriers and establishing all ICRA requirements, demolition of architectural elements to access structural work areas including management of adjacent Life Safety and MEP utilities, and restoration of the work area.
Bids must be submitted on the District’s Bid Forms. Bidders may obtain a copy of the Contract Documents from Bidding - City of Alameda Health Care District (https://www.alamedahealthcaredistrict.org/bidding-b8e6813). To the extent required by section 20103.7 of the Public Contract Code, upon request from a contractor plan room service, the District shall provide an electronic copy of the Contract Documents at no charge to the contractor plan room.
It is the responsibility of each prospective bidder to download and print all Bid Documents for review and to verify the completeness of Bid Documents before submitting a bid. Any Addenda will be posted on Bidding - City of Alameda Health Care District. It is the responsibility of each prospective bidder to check Bidding - City of Alameda Health Care District on a daily basis through the close of bids for any applicable addenda or updates. The District does not assume any liability or responsibility based on any defective or incomplete copying, excerpting, scanning, faxing, downloading or printing of the Bid Documents. Information on Bidding - City of Alameda Health Care District may change without notice to prospective bidders. The Contract Documents shall supersede any information posted or transmitted by Bidding - City of Alameda Health Care District.
Each Bid shall be accompanied by cash, a certified or cashier’s check, or Bid Bond secured from a surety company satisfactory to the District, the amount of which shall not be less than ten percent (10%) of the submitted Total Bid Price, made payable to City of Alameda Health Care District as bid security. The bid security shall be provided as a guarantee that within ten (10) working days after the District provides the successful bidder the Notice of Award, the successful Bidder will enter into a contract and provide the necessary bonds and certificates of insurance. The bid security will be declared forfeited if the successful Bidder fails to comply within said time. No interest will be paid on funds deposited with District.
A MANDATORY Pre-Bid Conference and Site Walk is scheduled for 10:00 a.m. to 12:00 p.m. on Tuesday, May 5, 2026, Wednesday, May 6, 2026, and Thursday, May 7, 2026, to review the Project's existing conditions at Alameda Hospital, 2070 Clinton Avenue, Alameda, CA 94501. Bidders must only attend only one (1) Pre-Bid Conference and Site Walk day and must RSVP no later than 5:00 p.m. on Thursday, April 30, 2026 with Bidder’s preferred order of dates and including names and titles of attendees to ah.publicbid@porterllc.com. District will confirm assigned Pre-Bid Conference and Site Walk date to each Bidder no later than Friday, May, 1, 2026 at 5:00 p.m. District may limit each Bidder’s total number of attendees during the Site Walk to not disrupt hospital operations. Parking is limited, please plan accordingly to arrive on time. Representatives of the District and design team, if any, will be present. Questions asked by Bidders at the Pre-Bid Conference not specifically addressed within the Contract Documents shall be answered in writing, and shall be sent to all Bidders present at the Pre-Bid Conference. Bids will not be accepted from any Bidder who did not attend the mandatory Pre-Bid Conference and Site Walk.
The successful Bidder will be required to furnish a Faithful Performance Bond and a Labor and Material Payment Bond each in an amount equal to one hundred percent (100%) of the Contract Price. Each bond shall be in the forms set forth herein, shall be secured from a surety company that meets all State of California bonding requirements, as defined in California Code of Civil Procedure Section 995.120, and that is a California admitted surety insurer.
Pursuant to Section 22300 of the Public Contract Code of the State of California, the successful Bidder may substitute certain securities for funds withheld by District to ensure its performance under the contract.
Pursuant to Labor Code Section 1773, District has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in City of Alameda Health Care District, Alameda County from the Director of the Department of Industrial Relations for each craft, classification, or type of worker needed to execute this contract. A copy of these prevailing wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/
In addition, a copy of the prevailing rate of per diem wages is available at the District’s Construction Project Management Office and shall be made available to interested parties upon request. The successful bidder shall post a copy of the prevailing wage rates at each job site. It shall be mandatory upon the Bidder to whom the Contract is awarded, and upon any subcontractors, to comply with all Labor Code provisions, which include but are not limited to the payment of not less than the said specified prevailing wage rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors.
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No Bid will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. Notwithstanding the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1.
This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its Bid.
The California Air Resources Board (“CARB”) implemented amendments to the In-Use Off-Road Diesel-Fueled Fleets Regulations (“Regulation”) which are effective on January 1, 2024 and apply broadly to all self-propelled off road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. A copy of the Regulation is available at https://ww2.arb.ca.gov/sites/default/files/barcu/regact/2022/off-roaddiesel/appa-1.pdf. Bidders are required to comply with all CARB and Regulation requirements, including, without limitation, all applicable sections of the Regulation, as codified in Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. Bidders must provide, with their Bid, copies of Bidder’s and all listed subcontractors the most recent, valid Certificate of Reported Compliance (“CRC”) issued by CARB. Failure to provide valid CRCs as required herein may render the Bid non-responsive.
Unless otherwise provided in the Instructions for Bidders, each Bidder shall be a licensed contractor pursuant to sections 7000 et seq. of the Business and Professions Code in the following classification(s) throughout the time it submits its Bid and for the duration of the contract: B.
Substitution requests shall be made within 35 calendar days after the award of the contract. Pursuant to Public Contract Code Section 3400(b), the District may make findings designating that certain additional materials, methods or services by specific brand or trade name other than those listed in the Standard Specifications be used for the Project. Such findings, if any, as well as the materials, methods or services and their specific brand or trade names that must be used for the Project may be found in the Special Conditions.
Pursuant to Public Contract Code section 3400(b), if the District has made any findings designating certain materials, products, things, or services by specific brand or trade name, such findings and the materials, products, things, or services and their specific brand or trade names will be set forth in the Special Conditions.
The District shall award the Contract to the lowest responsible Bidder submitting a responsive Bid. The lowest Bid will be determined on the basis of the Total Bid Price [Base Bid + Allowance(s) As Applicable].
District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process.
For further information, contact Kristen Thorson, Construction Project Manager, at AH.PublicBid@porterllc.com, or 510-590-2934.
END OF NOTICE INVITING BIDS
Bid Manual and Documents Available at:
https://buildevo.com/webapp/documents/1cfedaa4-5193-484b-a780-476d01b7e032
Contact: Kristen Thorson, Project Manager
510-590-2934
