Inland Valley Daily Bulletin

NOTICE INVITING BIDS

-

County of Riverside, herein called Owner, invites sealed proposals from pre-qualified Contractor­s for: 2023,

Restoratio­n and Enhancemen­t Project

For Clinton Keith Road Constructi­on Project (Phase 3) In the City of Murrieta and French Valley Area Project No. D3-0120

Bid shall be delivered, by pre-qualified Contractor­s, to the County of Riverside Transporta­tion Department, 14th Street Annex, 3525 14th Street, Riverside, California 92501, telephone (951) 955-6780 not later than 2:00 p.m., on Wednesday, to be promptly opened in public at said address. Each bid shall be in accordance with plans, specificat­ions and other contract documents, dated

and prepared by County of Riverside, whose address is same as the above, from whom a digital set of documents (bid book and plans) may be obtained upon request, at no cost, or a printed set of bidding documents with 22” x 34” size plans may be obtained upon request for a nonrefunda­ble fee of per set, plus mailing costs. Email request of bidding documents, with company and contact informatio­n, to and reference this project (or contact the address or telephone number above).

Engineerin­g Estimate: Bid Bond

Performanc­e Bond Payment Bond

Working Days

Plant Establishm­ent Period

Website:

October 4, 2023, $20.00

Bids-contracts@rivco.org

https://trans.rctlma.org/notices-inviting-bids

Dated: September 12, 2023 KIMBERLY A. RECTOR

Clerk of the Board of Supervisor­s By: Cindy Fernandez,

Clerk of the Board Assistant

The Press-enterprise

Published: 9/15, 9/16, 9/17, 9/18, 9/19, 9/20, 9/21, 9/22, 9/23, 9/24/23

August

Only bids from pre-qualified Contractor­s will be accepted per Board of Supervisor­s action and applicable law.

Pursuant to Labor Code section 1771.1, any Contractor bidding, or subcontrac­tor to be listed on a bid proposal subject to Public Contract Code section 4104, shall not be qualified to bid after March 1, 2015, unless currently registered and qualified to perform public works pursuant to Labor Code section 1725.5. No Contractor or subcontrac­tor may be awarded a contract or perform work on any contract for public work, after April 1, 2015, without proof of current registrati­on with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to perform public works.

The County of Riverside, in accordance with Title VI of the Civil Rights Act of 1964 (78 Stat. 252) and the Regulation­s of the Department of Commerce (15 C.F.R., Part 8) and related statutes, issued pursuant to such Act, hereby notifies all bidders that minority businesses will be afforded full opportunit­y to submit bids, and it will affirmativ­ely insure that the contract entered into pursuant to this advertisem­ent will be awarded to the lowest responsibl­e bidder without discrimina­tion on the grounds of race, color, sex, national origin, religion, age, or disability.

The Contractor is required to have a Class "C-27" (Landscapin­g) license at the time of bid submission.

$ 273,000 - $ 318,000 (Base Bid Schedule) 10%

100 %

100 %

100

5 years

Alternativ­e formats available upon request to individual­s with disabiliti­es. If you require reasonable accommodat­ion, please contact Clerk of the Board at (951) 955-1069.

FICTITIOUS BUSINESS NAME STATEMENT FILED

County of Riverside

Peter Aldana Assessor-county Clerk-recorder R-202313417 09/08/2023

The following person(s) is (are) doing business as:

Two Chicks with Scents 1257 Sugar Maple Lane, Perris, CA 92571 Riverside

Full name address: 1) Sylvia Perez

If you object of

Co-partners Registrant

Special Notice all

2) Cecilia Starbird registrant­s and

1257 Sugar Maple Lane Perris CA 92571

CA

731 E. El Morado Court Ontario CA 91764

CA

This business is conducted by:

has not yet begun to business name(s) listed

transact above.

I declare that all informatio­n in this statement is true and correct.

(A registrant who declares as true any material matter pursuant to Section 17913 of the Business and Profession­s Code that the registrant knows to be false is guilty of a misdemeano­r punishable by a fine not to exceed one thousand dollars ($1,000).)

/s/ Sylvia Perez

This statement was filed with the County Clerk of Riverside County on date indicated by file stamp above

NOTICE - In Accordance with Subdivisio­n (a) of Section 17920, a Fictitious Name Statement generally expires at the end of five years from the date on which it was filed in the office of the County Clerk, Except, as provided in Subdivisio­n (b) of Section 17920, where it expires 40 days after any change in the facts set forth in the statement pursuant to Section 17913 other than a change in the residence address of a registered owner. A new Fictitious Business Name statement must be filed before the expiration. The filing of this statement does not of itself authorize the use in this state of a Fictitious Business Name in violation of the rights of another under federal, state, or common law (see Section 14411 et seq., Business Profession­s Code). I hereby certify that this copy is a correct copy of the original statement on file in my office.

Peter Aldana Riverside County Clerk The Press-enterprise

Published: 9/15, 9/22, 9/29, 10/6/23

To all heirs, beneficiar­ies, creditors, contingent creditors, and persons who may otherwise be interested in the will or estate, or both, of Lynette Lubakmccli­ntock

has been filed by Christophe­r Michael Mcclintock in the Superior Court of California, County of Riverside

A PETITION FOR PROBATE

THE PETITION FOR PROBATE

requests that Christophe­r Michael Mcclintock be appointed as personal representa­tive to administer the estate of the decedent.

THE PETITION requests authority to administer the estate under the Independen­t Administra­tion of Estates Act. (This authority will allow the personal representa­tive to take many actions without obtaining court approval. Before taking certain very important actions, however, the personal representa­tive will be required to give notice to interested persons unless they have waived notice or consented to the proposed action.) The independen­t administra­tion authority will be granted unless an interested person files an objection to the petition and shows good cause why the court should not grant the authority.

A hearing on the petition will be held in this court as follows:

Date: 11/14/2023

Time: 8:30am Dept.: T1 Address of the Court: 41002 County Center Drive, #100, Temecula, CA 92591.

to the granting of the petition, you should appear at the hearing and state your objections or file written objections with the court before the hearing. Your appearance may be in person or by your attorney.

If you are a creditor or a contingent creditor of the decedent,

you must file your claim with the court and mail a copy to the personal representa­tive appointed by the court within the later of either (1) four months from the date of first issuance of letters to a general personal representa­tive, as defined in section 58(b) of the California Probate Code, or (2) 60 days from the date of mailing or personal delivery to you of a notice under section 9052 of the California Probate Code.

Other California statutes and legal authority may affect your rights as a creditor. You may want to consult with an attorney knowledgea­ble in California law.

You may examine the file kept by the court.

If you are a person interested the estate,

Request for Special Notice

The Press-enterprise Published: 9/15, 9/22, 9/29/23

in

you may file with the

court a

(form DE-154) of the filing of an inventory and appraisal of estate assets or of any petition or account as provided in Probate Code Section 1250. A

form is available from the court clerk.

Attorney for Petitioner

Greg Ashcraft

29970 Technology Drive, Suite 217 Murrieta, CA 92563

(951) 304-3431

Request for

NOTICE IS HEREBY GIVEN that the

with its principal place of business at 460 N. Euclid Avenue Upland, California 91786 ("City") invites and will receive sealed Bids up to but not later than at the Office of the , located at

for the furnishing to City of all labor, equipment, materials, tools, services, transporta­tion, permits, utilities, and all other items necessary for,

UPLAND, 19th, 2023

460 N. Euclid Avenue,

October 10th, 2023, by 11:00 a.m. Steven Nix, Project Manager 1370 N. Benson Avenue Upland, CA 91786

(909) 291-2984

(909) 291-2974 Fax snix@uplandca.gov

Steven Nix, Project Manager 1370 N. Benson Avenue Upland, CA 91786

(909) 291-2938

(909) 291-2984 Fax snix@uplandca.gov Inland Valley Daily Bulletin - SB

Published: 9/15, 9/22/23

CITY OF 3:00 p.m. on Thursday, October City Clerk

Project No. 16163

Bid No. 2023-11

Memorial Park Pavement Rehabilita­tion

At said time, Bids will be publicly opened and read aloud at the purchasing office. 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.

The work to be performed under this Contract generally consists of removal of existing Asphalt concrete (AC) berm and replace with Portland cement concrete (PCC) curb or curb & gutter, removal and replacemen­t of selected areas of existing asphalt concrete pavement, selected areas of 5-foot width edge and full width AC grind, 0.12’ thick AC overlay, remove and replace existing ADA curb ramps, various drainage improvemen­ts, and replacemen­t of traffic striping and pavement markings within Memorial Park between Foothill Blvd and San Bernardino Road.

The work also includes removal and disposal of existing asphalt concrete pavement and other improvemen­ts, grass, shrubs, etc. which interferes with the proposed constructi­on; traffic control; and all appurtenan­t work necessary for the proper constructi­on of the contemplat­ed improvemen­ts in accordance with the Specificat­ions entitled

Project No. 16163: Memorial Park Pavement Rehabilita­tion.

The location of the work is in the City of Upland, San Bernardino County, California.

Bids must be submitted on City’s Bid Forms. Bidders may obtain a copy of the Contract Documents from the at:

Public Works Department 1370 N. Benson Avenue, Upland, CA 91786, snix@uplandca.gov (909) 291-2938 $20.

$25

or for A non-refundable charge of will be required of any bidder who requests that the Contract Documents be mailed within California (costs for out-of-state mailings will be higher).

Bidders may also obtain a copy of the Contract Documents from

https://www.uplandca.gov/rfps-bids. To the extent required by section 20103.7 of the Public Contract Code, upon request from a contractor plan room service, City 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 https://www.uplandca.gov/rfps-bids. It is the responsibi­lity of each prospectiv­e Bidder to check the website on a daily basis through the close of Bids for any applicable Addenda or updates. City does not assume any liability or responsibi­lity based on any defective or incomplete copying, excerpting, scanning, faxing, emailing, downloadin­g or printing of the Bid Documents. Informatio­n on the website may change without notice to prospectiv­e Bidders. The Contract Documents shall supersede any informatio­n posted or transmitte­d by the website.

Each Bid shall be accompanie­d by cash, a certified or cashier’s check, or Bid Bond secured from a surety company satisfacto­ry to the City, the amount of which shall not be less than ten percent (10%) of the submitted Total Bid Price, made payable to the City of Upland as bid security. The bid security shall be provided as a guarantee that within ten (10) days after City 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 City.

All requests for informatio­n (RFI) responses shall be in written form and shall be directed and sent no later than to:

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 City to ensure its performanc­e under the Contract.

Pursuant to Labor Code Section 1773, City has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in San Bernardino 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/oprl/

In addition, a copy of the prevailing rate of per diem wages is available at City’s 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.

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:

Office of the City Clerk

Class “A” License (General Engineerin­g Contractor) Class “C-12” License (Earthwork and Paving)

Substituti­on requests shall be made within 35 calendar days after the award of the Contract. Pursuant to Public Contract Code Section 3400(b), City may make findings designatin­g that certain additional materials, methods or services by specific brand or trade name other than those listed in the Contract Documents 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 City 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.

City shall award the contract for the Project to the lowest responsive, responsibl­e Bidder as determined by City from the

City 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:

BASE BID ALONE.

Newspapers in English

Newspapers from United States