Bids invited for construction at Barstow STEM Academy due April 21, 2026.
Official Courthouse Record · AI-summarized for clarity
- Published
- Category
- Bid Notice
- City
- Barstow
- Address
- 501 Silver Lane, Barstow, CA
What You Should Do Next
- 1
Prepare Your Bid
Ensure your bid conforms to all requirements and is submitted on the District's bid form.
- 2
Submit by Deadline
Submit your sealed bid by 2:00 PM on April 21, 2026.
- 3
Contact for Clarifications
Reach out to Julie Williams at 909-476-0590 for any questions regarding the project.
Frequently Asked Questions
- What is the deadline for submitting bids for the Barstow STEM Academy project?
- Bids must be submitted by 2:00 PM on April 21, 2026.
- Where should bids for the Barstow project be sent?
- Bids should be sent to the Barstow Unified School District Office at 551 South Avenue H, Barstow, CA 92311.
- Who can I contact for more information about the bidding process?
- Contact Julie Williams at Ledesma & Meyer Construction Company at 909-476-0590.
The above suggestions and answers are AI-generated for informational purposes only. They may contain errors. NoticeRegistry assumes no responsibility for their accuracy. Consult a qualified professional before taking action.
Full Notice Text
NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the BARSTOW UNIFIED SCHOOL DISTRICT of RIVERSIDE County, California, acting by and through its Governing Board, hereinafter referred to as the District, will receive up to, but not later than 2:00 PM on APRIL 21, 2026, sealed bids for the award of a contract for the construction of: DISTRICT BID #26-008 BARSTOW STEM ACADEMY PORTABLE BLDG & CAMPUS WIDE FIRE ALARM REPLACEMENT Located at 501 SILVER LANE, BARSTOW 92311 At 2:00 PM on APRIL 21, 2026, all sealed bids will be publicly opened and read aloud. Bid Package categories (and the California Contractor License classification/s which is / are hereby deemed acceptable for submitting a singular category type prime bid) are as follows: CATEGORY NUMBER 04: (CA License classification B) Prequalification Required 02 41 00 Demolition 03 10 00 Concrete Forming and Accessories 03 20 00 Concrete Reinforcing 03 30 00 Cast-In-Place Concrete 05 50 00 Metal Fabrications 05 51 05 Metal Railings 07 05 53 Fire and Smoke Assembly Identification 07 84 00 Firestopping 07 92 00 Joint Sealants (as applicable to work within this category) 08 06 71 Door Hardware Schedule 08 71 00 Door Hardware 09 91 23 Interior Painting 10 28 00 Toilet Accessories 13 31 00 Fabric Structures 22 40 00 Plumbing Fixtures 31 10 00 Site Clearing 31 22 00 Grading 31 23 16 Excavation 31 23 16.13 Trenching 31 23 23 Fill 31 63 29 Drilled Concrete Piers and Shafts 32 12 16 Asphalt Paving 32 13 13 Site Concrete 32 17 23 Pavement Markings CATEGORY NUMBER 22: (CA License classification C-10) Prequalification Required 02 41 00 Demolition (as applicable to work within this category) 07 05 53 Fire and Smoke Assembly Identification (as applicable to work within this category) 07 84 00 Firestopping (as applicable to work within this category) 07 92 00 Joint Sealants (as applicable to work within this category) Division 26 Electrical – Specifications Indicated on the Electrical Drawings Division 27 Communications – Specifications Indicated on the Electrical Drawings 28 31 00 Fire Detection and Alarm Systems All bids shall be made on a bid form furnished by the District. Bids will be received at the BARSTOW UNIFIED SCHOOL DISTRICT OFFICE, 551 SOUTH AVENUE H, BARSTOW, CA 92311 on or before the time and date stated above. At 2:00 PM on APRIL 21, 2026, all sealed bids will be publicly opened and read aloud at the aforementioned address. Prospective contract bidders may secure documents in electronic format online only through “Bid Mail” using the following link or by contacting the District's Construction Manager: https://share.bidmail.com/quickplans/quickplans.aspx?cmd=LTAwMDQ2MjE3MzMzOC4wNTI4NzM2LTA1NTM4NC0yMDQ2MC0wMDEyMTE2NDA4LTUyMTk1LjUzODQ1NTMx LEDESMA & MEYER CONSTRUCTION COMPANY INC 9441 HAVEN AVENUE RANCHO CUCAMONGA CA 91730 Julie Williams, Sr. Project Coordinator Phone number: 909-476-0590 Email: juliew@lmcci.com Each bid must conform and be responsive to all pertinent Bidding and Contract Documents. Copies are on file and open for public inspection at the District Office. For information regarding this project, prospective bidders are requested to contact LEDESMA & MEYER CONSTRUCTION COMPANY INC, 9441 HAVEN AVENUE, RANCHO CUCAMONGA, CALIFORNIA, 91730-5844, (phone number (909) 476-0590, fax number (909) 476-0592). Attention is directed to the requirements of the Information for Bidders regarding goals for Disabled Veteran Business Enterprise (DVBE) participation on this project. This project has a goal of 3% DVBE participation. Each bid, must be on the District's bid form and shall be accompanied by the Bid Bond Security, Bidder Questionnaire, DIR Registration Verification, Acknowledgement of Bidding Practices Regarding Indemnity, list of Designated Subcontrac¬tors, Non Collusion Declaration DVBE Participation Statement. PRE-QUALIFICATION REQUIREMENTS: Pursuant to California Public Contract Code Section 20111.6. the District is requiring that all PRIME contractors holding an A, general engineering, or B, general building license and all electrical, mechanical or plumbing PRIME contractors holding a C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43, or C-46 license bidding must be pre-qualified by this District. ALL electrical, mechanical or plumbing subcontractors holding C-4 C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43, or C-46 licenses, listed by PRIME bidders must be prequalified prior to being listed as a subcontractor by a PRIME bidder submitting a bid on the Project. All prequalification packages must be turned in ten (10) business days prior to bid date. The District's contractor pre-qualification package is available through the Construction Manager. Prime Contractors bidding this work shall require, pursuant to Public Contract Code article 4108, all subcontractors providing labor and materials in excess of $100,000.00 to supply an original signature and fully executed 100% Faithful Performance and 100% Payment Bond. All prime contractors bidding on this work must specify this requirement for subcontractor bonds in their written or published request for subcontractor bids. Failure to comply with this requirement shall not preclude contractor from complying with the subcontractor bonding requirements. Bonds are required for each specification section or combination of sections which exceed(s) the limit listed above. The practice of issuing separate purchase orders and / or subcontracts for the purpose of circumventing the subcontractor bonding requirement shall not serve to exempt the Contractor from these requirements. No payments, except for a reimbursement payment to the Prime Contractor for the cost of the Prime Contractor’s own Faithful Performance and Payment Bonds, shall be made to the Prime Contractor until the Prime Contractor provides the aforementioned subcontractor bonds to the District through the Construction Manager. IMPORTANT NOTICE: This project is subject to DIR Public Works Funding Legislation - SB 854. To bid on this Project, the Prime Bidder and all of Prime Bidder’s Subcontractors are required to be registered online as a “public works contractor” with the California Department of Industrial Relations at https://www.dir.ca.gov/public-works/contractor-registration.html and each shall pay an annual non-refundable $400.00 fee via credit card. The schedule of per diem wages is based upon a working day of eight (8) hours. The Contractor and all Subcontractors under the Contractor shall pay all workers on all work performed pursuant to this Contract not less than the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work as determined by the Director of the Department of Industrial Relations, State of California, for the type of work performed and the locality in which the work is to be performed within the boundaries of the District, pursuant to sections 1770 et seq. of the California Labor Code. The District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the work is to be performed for each craft, classification or type of work needed to execute the contract pursuant to sections 1770et. Seq. of the California Labor Code. Holiday rates shall be paid as specified in the collective bargaining agreement applicable to each particular craft, classification, or type of work employed on the project. General prevailing wage rate information is also available on the internet at (http://www.dir.ca.gov). In accordance with Section 1773.2 of the California Labor Code, the Contractor shall post a copy of the determination of the prevailing rate of wages at each job site. A payment bond and performance bond will be required prior to the execution of the contract. The payment bond and performance bond shall be in the form and amount set forth in the Contract Documents. In accordance with provisions of Public Contract Code Section 22300, substitution of eligible and equivalent securities for any monies withheld to ensure performance under this contract will be permitted at the request and expense of the contractor. All bidders must be properly licensed at time of bid pursuant to Public Contract Code Section 3300 and Business and Professions Code Section 7028.15. Failure to satisfy this requirement shall disqualify bidder. The successful bidder must maintain the license throughout the duration of this contract. No bidder may withdraw his bid for a period of NINETY (90) days after the date set for the opening thereof. The District reserves the right to reject any and all bids and to waive irregularities in any bid. For further information, consult the Information for Bidders and the Contract Documents. PRE-BID CONFERENCE: A pre-bid conference will be held at the BARSTOW STEM ACADEMY, 501 SILVER LANE, BARSTOW, CA 92311, for attendance by any interested bidder with representatives of the District, the Architect, and the Construction Manager on MONDAY, APRIL 6, 2026, at 10:00 AM. First publication: SUNDAY, MARCH 29, 2026 Second publication: SUNDAY, APRIL 5, 2026 Bids Due and Opened: TUESDAY, APRIL 21, 2026 12194801 3/29, 4/5, 2026