Loading...
Project 2025-02 PMP Rehab & Slurry Seal Improv FY 2025-26 (2025.10.22 & 2025.10.29)LocaliQ California GANNETT AFFIDAVIT OF PUBLICATION Carley Escarrega City Of La Quinta 78495 Calle Tampico La Quinta CA 92253-2839 STATE OF WISCONSIN, COUNTY OF BROWN The Desert Sun, a newspaper published in the city of Palm Springs, Riverside County, State of California, and personal knowledge of the facts herein state and that the notice hereto annexed was Published in said newspapers in the issue: PDS desertsun.com 10/22/2025, 10/29/2025 PDS Palm Springs Desert Sun 10/22/2025, 10/29/2025 and that the fees charged are legal. Sworn to and subscribed before on 10/29/2025 My commission expires Publication Cost: Tax Amount: Payment Cost: Order No: Customer No: PO #: $2073.20 $0.00 $2073.20 11764467 1252591 .IIS IS NOT :.\N INVOICI..! Please do not use this form for payment remittance. VICKY FELTY Notary Public State of Wisconsin # of Copies: 1 SECTION 1100 INVITATION TO BID PROJECT NO. 2025-02 FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until 10:00 A.M. on November 6, 2025, at which time they will be publicly opened and read for performing work as follows: The project consists of furnishing and applying slurry seal on select streets within the City of La Quipta. These streets include, Avenida Diaz, Avenida Juarez, Avenida Madero, Avenida Cortez, Avenida Morales, Avenida Montezuma, Calle Nogales, Calle Ensenada, Calle Sonora, Calle Durango, Calle Sinaloa, Calle Hidalgo, Monticello Community, La Quinta Highlands Community, and Adams Street. The proposed work includes, but is not limited to, weed removal, header cuts, application of crack sealant, removal of existing striping, grinding, asphalt overlay, application of Type II Latex Emulsion Aggregate Slurry Seal, and re -strip- ing slurried streets. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for more information. This project shall be completed within 40 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is impor- tant and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". A pre -bid conference is scheduled for 11:00 A.M., Monday, October 27, 2025 in the Public Works conference room at City of La Qulnta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. Complete sets of the bidding documents may be purchased online at: www.planitplanroom.com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Bidding procedures are prescribed in the Project Specifica- tions. Bids shall be executed upon the forms bound and made a part of said Specifications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject any or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at flp://www.laggintaca,gov/business/desjgp-and-devel- Qpment/bid-on-19.1 t. Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Rela- tions. These wage rates are available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may' be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Depart - me t of Industrial Relations website at bnp://www.dir.ca,gov/Public-Works/Publialorks.html . Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby noti- fied that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Indus trim PAIarinnc Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Stan- dards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. All bidders shall be licensed under the provisions of Chap- ter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall possess a valid Class A (General Contractor) and/or C32 (Parking and Highway Improvement Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shall render the bid as non -respon- sive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. =Approved By: Date: Bryan MrKinney, P.E. Public Works Director/ City Engineer Published By: Date: Monika Radeva City Clerk October SECTION 1100 INVITATION TO BID PROJECT NO. 2025-02 FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until 10:00 A.M. on November 6, 2025, at which time they will be publicly opened and read for performing work as follows: The project consists of furnishing and applying slurry seal on select streets within the City of La Quinta. These streets include, Avenida Diaz, Avenida Juarez, Avenida Madero, Avenida Cortez, Avenida Morales, Avenida Montezuma, Calle Nogales, Calle Ensenada, Calle Sonora, Calle Durango, Calle Sinaloa, Calle Hidalgo, Monticello Community, La Quinta Highlands Community, and Adams Street. The proposed work includes, but is not limited to, weed removal, header cuts, application of crack sealant, removal of existing striping, grinding, asphalt overlay, application of Type II Latex Emulsion Aggregate Slurry Seal, and re -striping slurried streets. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for more information. This project shall be completed within 40 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". A pre -bid conference is scheduled for 11:00 A.M., Monday, October 27, 2025 in the Public Works conference room at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. Complete sets of the bidding documents may be purchased online at: www.planitplanroom.com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Invitation to Bid 1100-1 Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject any or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at http://www.laquintaca.gov/business/design-and- development/bid-on-jobs. Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at http://www.dir.ca.gov/Public-Works/PublicWorks.html . Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. Invitation to Bid 1100-2 All bidders shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall possess a valid Class A (General Contractor) and/or C32 (Parking and Highway Improvement Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shall render the bid as non- responsive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved By: Date: Bryan McKinney, P.E. Public Works Director/ City Engineer Published By: Date: Monika Radeva City Clerk END OF SECTION Invitation to Bid 1100-3 Public Notices Public Notices Public Notices DESERTSUN.COM I WEDNESDAY, OCTOBER 22, 2025 I 7D Public Notices Public Notices Public Notices T.S. No.: 25-35806 A.P.N.: 507-480-006 NOTICE OF TRUSTEE'S SALE YOU ARE IN DEFAULT UNDER A DEED OF TRUST, SECURITY AGREE- MENT AND FIXTURE FILING (WITH ASSIGNMENTS OF RENTS AND LEASES), DATED 5/17/2024. UNLESS YOU TAKE ACTION TO PROTECT YOUR PROPERTY, IT MAY BE SOLD AT A PUBLIC SALE. IF YOU NEED AN EXPLANATION OF THE NATURE OF THE PROCEEDING AGAINST YOU, YOU SHOULD CONTACT A LAWYER. A public auction sale to the highest bidder for cash, cashier's check drawn on a state or national bank, check drawn by a state or federal credit union, or a check drawn by a state or federal savings and loan association, or savings asso- ciation, or savings bank specified in Section 5102 of the Financial Code and authorized to do business in this state will be held by the duly appointed trustee as shown below, of all right, title, and interest conveyed to and now held by the trustee in the hereinafter described property under and pursuant to a Deed of Trust described below. The sale will be made, but with- out covenant or warranty, expressed or implied, regarding title, possession, or encumbrances, to pay the remaining principal sum of the note(s) secured by the Deed of Trust, with interest and late charges thereon, as provided in the note(s), advances, under the terms of the Deed of Trust, inter- est thereon, fees, charges and expenses of the Trustee Fictitious Business for the total amount (at the time of the initial publica- tion of the Notice of Sale) reasonably estimated to be set forth below. The amount may be greater on the day of sale. BENEFICIARY MAY ELECT TO BID LESS THAN THE TOTAL AMOUNT DUE. Trustor: Mickala Dawn Merrell, A Single Woman Duly Appointed Trustee: Vylla Solutions, LLC Recorded 5/21/2024 as Instrument No. 2024- 0147458 in book , page of Official Records in the office of the Recorder of Riverside County, California Described as follows: As more fully described in said Deed of Trust And Cross-Collateralization and Cross -Default Agree- ment date 5/17/2024 and Guaranty dated 5/17/2024, and Loan Modification and Extension Agreement dated 5/17/2024, Date of Sale: 11/18/2025 at 9:00 AM Place of Sale: At the front entrance of the former Corona Police Department at 849 W. Sixth Street, Corona, CA 92882 Amount of unpaid balance and other charges: $693,125.80 (Estimated) Street Address or other common designation of real property: 951 N. Camino Condor Palm Springs, California 92262 A.P.N.: 507-480-006 The undersigned Trustee disclaims any liability for any incorrectness of the street address or other common designation, if any, shown above. If no street address Fictitious Business FICTITIOUS BUSINESS NAME STATEMENT The following person(s) is (are) doing business as: PROTECT U SECURITY 39810 CRICKET COVE PALM DESERT CA 92211 RIVERSIDE COUNTY Full name of Registrant: Rivka Shmuel 39810 cricket cove palm desert ca 922211 This Business is conducted by: An Individual Registrant has not yet begun to transact business under the fictitious business name(s) listed above I declare that all the information in this statement is true and correct. (A registrant who declares as true any mate- rial 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).) Signature/s/ Rivka Shmuel Typed or Printed Name(s): Rivka Shmuel NOTE: This statement expires 5 years from the filing date. 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 (sec. 14411 et. sec. B&P) This statement was filed County of Riverside Owner File No. R-202512505 October 10, 2025 October 15, 22, 29, November 5 2025 LYRK0388091 FICTITIOUS BUSINESS NAME STATEMENT The following person(s) is (are) doing business as: JB POOL SERVICE 84324 CANZONE DR INDIO CA 92203 RIVERSIDE COUNTY Full name of Registrant: JMB POOL SERVICES LLC 84324 CANZONE DR INDIO CA 92203 This Business is conducted by: A Limited Liability Company Registrant has not yet begun to transact business under the fictitious business name(s) listed above I declare that all the information in this statement is true and correct. (A registrant who declares as true any mate- rial 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).) Signature/s/ Araceli Beltran Typed or Printed Name(s): Araceli Beltran NOTE: This statement expires 5 years from the filing date. 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 (sec. 14411 et. sec. B&P) This statement was filed County of Riverside MEMBER File No. R-202512066 September 30, 2025 October 15, 22, 29, November 5 2025 LYRK0388080 FICTITIOUS BUSINESS NAME STATEMENT The following person(s) is (are) doing business as: PALM SPRINGS IN COLOUR 1775 E. PALM CANYON DRIVE P.O. BOX 5374 PALM SPRINGS CA 92264 RIVERSIDE COUNTY Full name of Registrant: Megan Robinson 603 Bali Drive Palm Springs CA 92264 This Business is conducted by: A Limited Liability Company Registrant commenced to transact business under the ficti- tious business name(s) listed above on July 15, 2025 I declare that all the information in this statement is true and correct. (A registrant who declares as true any mate- rial 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).) Signature/s/ Megan Robinson Typed or Printed Name(s): Megsan Robinson NOTE: This statement expires 5 years from the filing date. 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 (sec. 14411 et. sec. B&P) This statement was filed County of Riverside Peter Aldana, Riverside County Clerk File No. R-202510200 August 19, 2025 October 1, 8, 15, 22 2025 LYRK0379481 FICTITIOUS BUSINESS NAME STATEMENT The following person(s) is (are) doing business as: DELIGHT NAILS AND SPA 4751 E PALM CANYON SUITE D, PALM SPRINGS CA 92264 RIVERSIDE COUNTY Full name of Registrant: DTP 2025 LLC 1401 21ST ST, SACRAMENTO CA 95811 This Business is conducted by: A Limited Liability Company Registrant commenced to transact business under the ficti- tious business name(s) listed above on I declare that all the information in this statement is true and correct. (A registrant who declares as true any mate- rial 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).) Signature/s/ DENNIS PHAN Typed or Printed Name(s): DENNIS PHAN NOTE: This statement expires 5 years from the filing date. 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 (sec. 14411 et. sec. B&P) This statement was filed County of Riverside PETE ALDANA RIVERSIDE COUNTRY CLERK File No. R-202511441 September 1, 2025 October 15, 22, 29, November 5 2025 LYRK0387908 or other common designa- tion is shown, directions to the location of the property may be obtained by sending a written request to the beneficiary within 10 days of the date of first publication of this Notice of Sale. If the Trustee is unable to convey title for any reason, the successful bidder's sole and exclusive remedy shall be the return of monies paid to the Trustee, and the successful bidder shall have no further recourse. If the sale is set aside for any reason, the Purchaser at the sale shall be entitled only to a return of the deposit paid. The Purchaser shall have no further recourse against the Mortgagor, the Mortgagee, or the Mortgagee's Attor- ney. If you have previously been discharged through bankruptcy, you may have been released of personal liability for this loan in which case this letter is intended to exercise the note holder's rights against the real prop- erty only. THIS NOTICE IS SENT FOR THE PURPOSE OF COLLECTING A DEBT. THIS FIRM IS ATTEMPTING TO COLLECT A DEBT ON BEHALF OF THE HOLDER AND OWNER OF THE NOTE. ANY INFORMATION OBTAINED BY OR PROVIDED TO THIS FIRM OR THE CRED- ITOR WILL BE USED FOR THAT PURPOSE. As required by law, you are hereby notified that a nega- tive credit report reflecting on your credit record may be submitted to a credit report agency if you fail to fulfill the terms of your credit obligations. NOTICE TO POTENTIAL BIDDERS: If you are consid- ering bidding on this prop- erty lien, you should under- stand that there are risks involved in bidding at a trustee auction. You will be bidding on a lien, not on the property itself. Placing the highest bid at a trustee auction does not automati- cally entitle you to free and clear ownership of the prop- erty. You should also be aware that the lien being Fictitious Business auctioned off may be a junior lien. If you are the highest bidder at the auction, you are or may be responsible for paying off all liens senior to the lien being auctioned off, before you can receive clear title to the property. You are encouraged to investigate the existence, priority, and size of outstanding liens that may exist on this property by contacting the county recorder's office or a title insurance company, either of which may charge you a fee for this information. If you consult either of these resources, you should be aware that the same lender may hold more than one mortgage or deed of trust on the property. NOTICE TO PROPERTY OWNER: The sale date shown on this notice of sale may be postponed one or more times by the mort- gagee, beneficiary, trustee, or a court, pursuant to Section 2924g of the Cali- fornia Civil Code. The law requires that information about trustee sale post- ponements be made avail- able to you and to the public, as a courtesy to those not present at the sale. If you wish to learn whether your sale date has been postponed, and, if applicable, the rescheduled time and date for the sale of this property, you may call (949) 776-4697 or visit this Internet Web site https://prestigepostandpub .com, using the file number assigned to this case 25- 35806. Information about postponements that are very short in duration or that occur close in time to the scheduled sale may not immediately be reflected in the telephone information or on the Internet Web site. The best way to verify post- ponement information is to attend the scheduled sale. For sales conducted after January 1, 2021: NOTICE TO TENANT: You may have a right to purchase this property after Fictitious Business FICTITIOUS BUSINESS NAME STATEMENT The following person(s) is (are) doing business as: SILBABODYANDSKINCARE LLC, 68215 ESTIO RD, CATHE- DRAL CITY, CA 92234 RIVERSIDE COUNTY Full name of Registrant: SILBABODYANDSKINCARE LLC, 68215 ESTIO RD, CATHEDRAL CITY, CA 92234 This Business is conducted by: A Limited Liability Company Registrant commenced to transact business under the ficti- tious business name(s) listed above on February 8, 2016 I declare that all the information in this statement is true and correct. (A registrant who declares as true any mate- rial 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).) Signature/s/ S. BAYER, PRESIDENT Typed or Printed Name(s): SILKE BAYER NOTE: This statement expires 5 years from the filing date. 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 (sec. 14411 et. sec. B&P) This statement was filed County of Riverside Peter Aldana Assessor -County Clerk -Recorder File No. R-202511907 September 25, 2025 October 1, 8, 15, 22 2025 LYRK0380121 Public Notices Public Notices LEVYING OFFICER (Name and Address): Riverside County Sheriff's Office 46200 Oasis St., Rm. B15, Indio, CA 92201 (760) 863-8255 ATTORNEY OR PARTY WITHOUT ATTORNEY Fiore, Racobs & Powers 6820 Indiana Ave. Suite 140 Riverside, CA 92506 (951) 342-7954 Attorney For: Palm Springs Villas Homeowners Association Superior Court of California, County of Riverside 3255 E. Tahquitz Canyon Way Palm Springs, CA 92262 Plaintiff: Palm Springs Villas Homeowners Association Defendant: William Allen Davies Court Case No.: CVPS2305619 Levying Officer File No.: 2025301273 Sheriff's Sale Under Foreclosure (CCP 729.010) Date: 09/30/2025 In favor of: Palm Springs Villas Homeowners Association And against: William Allen Davies, 420 N. Villa Court, Unit 211, Palm Springs, CA 92262 Under a Writ of Sale issued out of the above court on 04/24/2025, on a judgment rendered on 06/25/2024 for the sum of $31,654.67, I have levied upon all the rights, title, and interest of the judgment debtor(s), William Allen Davies in the real property, in the County of Riverside, described as follows: Physical Address: 420 N. Villa Court, Unit 211, Palm Springs, CA 92262 Legal Description: See attached Legal Description Legal Description of Property The following real property located in the City of Palm Springs, County of Riverside, State of California: Parcel 1: An undivided 1/138th interest in and to Lots 3 and 4 of Tract No. 15233, in the City of Palm Springs, County of Riverside, State of California, as per Map recorded in Book 114, Pages 76 and 77 of Maps, in the Office of the County recorder of said County. Excepting therefrom, Units 181 through 318, inclusive, as shown upon the Condominium Plan recorded September 17, 1980 as Instrument No. 169450 of Official Records of River- side County, California, together with exclusive easements for parking and other purposes as shown in said Plan; Also excepting therefrom any oil, gas, or other hydrocarbon substances underlying said land, without the right of surface entry, as reserved by Security Pacific National Bank of Los Angeles in deeds recorded January 11, 1936 in Book 262, Page 533 and May 22, 1936 in Book 282, Page 238 both of Official Records of Riverside County, California. Parcel 2: Unit 314 consisting of Elements A and C as shown upon the Condominium Plan referred to in Parcel 1 above. More particularly described as: 420 N. Villa Court, Unit 211, Palm Springs, California 92262 APN(s): 504-044-035 The property to be sold is subject to the right of redemp- tion. The amount of the secured indebtedness with interest and costs: $45,964.84 (estimated) Minimum Bid (if applicable): $0.00 PROSPECTIVE BIDDERS SHOULD REFER TO SECTIONS 701.510 to 701.680, INCLUSIVE, OF THE CODE OF CIVIL PROCEDURE FOR PROVISIONS GOVERNING THE TERMS, CONDITIONS, AND EFFECT OF THE SALE AND THE LIABILITY OF DEFAULTING BIDDERS. PUBLIC NOTICE IS HEREBY GIVEN that I will proceed to sell at public auction to the highest bidder, for cash in lawful money of the United States, all the rights, title and interest of said judgment debtor(s) in the above described prop- erty, or so much thereof as may be necessary to satisfy said Writ or Warrant, with accrued interest and costs on: Date and Time of Sale: 11/19/2025 2:30 PM Location: 46200 Oasis St., Rm. B15, Indio, CA 92201 Directions to the property location can be obtained from the levying officer upon oral or written request. Chad Bianco, Sheriff - Coroner /s/ A. Mondragon, Sheriff's Authorized Agent LIENS MAY BE PRESENT WHICH MAY OR MAY NOT SURVIVE THIS LEVY Pub: 10/22, 10/29, 11/5/2025 the trustee auction pursuant to Section 2924m of the California Civil Code. If you are an "eligible tenant buyer," you can purchase the property if you match the last and highest bid placed at the trustee auction. If you are an 'eligi- ble bidder," you may be able to purchase the property if you exceed the last and highest bid placed at the trustee auction. There are three steps to exercising this right of purchase. First, 48 hours after the date of the trustee sale, you can call (949) 776-4697, or visit this internet website https://prestigepostandpub .com, using the file number assigned to this case 25- 35806 to find the date on which the trustee's sale was held, the amount of the last and highest bid, and the address of the trustee. Second, you must send a written notice of intent to place a bid so that the trustee receives it no more than 15 days after the trustee's sale. Third, you must submit a bid so that the trustee receives it no more than 45 days after the trustee's sale. If you think you may qualify as an "eligi- ble tenant buyer" or "eligi- ble bidder," you should consider contacting an attorney or appropriate real estate professional immedi- ately for advice regarding Public Notices this potential right to purchase. Date: 10/15/2025 Vylla Solutions, LLC 1600 South Douglass Road, Suite 140 Anaheim, CA 92806 Automated Sale Informa- tion: (949) 776-4697 or https://prestigepostandpub .com/ for NON -SALE information: 888-313-1969 LaTedran Franklin, Trustee Sale Specialist PPP #25-007419 Published: 10/22, 10/29, 11/5/25 Check the classified listings everyday. Public Notices SECTION 1100 INVITATION TO BID PROJECT NO. 2025-02 FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until 10:00 A.M. on November 6, 2025, at which time they will be publicly opened and read for performing work as follows: The project consists of furnishing and applying slurry seal on select streets within the City of La Quinta. These streets include, Avenida Diaz, Avenida Juarez, Avenida Madero, Avenida Cortez, Avenida Morales, Avenida Montezuma, Calle Nogales, Calle Ensenada, Calle Sonora, Calle Durango, Calle Sinaloa, Calle Hidalgo, Monticello Community, La Quinta Highlands Community, and Adams Street. The proposed work includes, but is not limited to, weed removal, header cuts, application of crack sealant, removal of existing striping, grinding, asphalt overlay, application of Type II Latex Emulsion Aggregate Slurry Seal, and re -strip- ing slurried streets. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for more information. This project shall be completed within 40 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is impor- tant and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". A pre -bid conference is scheduled for 11:00 A.M., Monday, October 27, 2025 in the Public Works conference room at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. Complete sets of the bidding documents may be purchased online at: www.planitplanroom.com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Bidding procedures are prescribed in the Project Specifica- tions. Bids shall be executed upon the forms bound and made a part of said Specifications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject any or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at http://www.laquintaca.gov/business/design-and-devel- opment/bid-on-jobs. Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Rela- tions. These wage rates are available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Depart- ment of Industrial Relations website at http://www.dir.ca.gov/Public-Works/PublicWorks.html . Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby noti- fied that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Indus- trial Relations. Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Stan- dards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. All bidders shall be licensed under the provisions of Chap- ter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall possess a valid Class A (General Contractor) and/or C32 (Parking and Highway Improvement Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shall render the bid as non -respon- sive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved By: Date: Bryan McKinney, P.E. Public Works Director/ City Engineer Published By: Date: Monika Radeva City Clerk October Public Notices Public Notices Fictitious Business DESERTSUN.COM I WEDNESDAY, OCTOBER 29, 2025 I 7D Fictitious Business Public Notices Public Notices ORDER TO SHOW CAUSE FOR CHANGE OF NAME Elizabeth Olivares CASE NUMBER: cvps2507819 TO ALL INTERESTED PERSONS: 1. Petitioner Elizabeth Oliva- res filed a petition with this court for a decree changing name as follows: Present Name: Elizabeth Olivares Proposed name: Elizabeth Zavala 2. THE COURT ORDERS that all persons interested in this matter shall appear before this court at the hearing indicated below to show cause, if any, why the petition for change of name should not be granted. Any person objecting to the name changes described above must file a written objection that includes the reasons for the objection at least two court days before the matter is scheduled to be heard and must appear at the hearing to show cause why the petition should not be granted. If no written objection is timely filed, the court may grant the petition without a hearing. NOTICE OF HEARING Date: December 12, 2025 Time: 8:30AM Dept. PS4 3255 E. Tahquitz Canyon Way Palm Springs CA 92262 A copy of this Order to Show Cause must be published at least once each week for four successive weeks before the date set for hearing on the petition in a newspaper of general circulation Dated: October 22, 2025 /s/ T.Hill Judge of the Superior Court October 29, November 5, 12, 192025 LYRK0396428 Fictitious Business ORDER TO SHOW CAUSE FOR CHANGE OF NAME LETICIA MEZA DEL VALLE CASE NUMBER: CVPS2507755 TO ALL INTERESTED PERSONS: 1. Petitioner LETICIA MEZA DEL VALLE filed a petition with this court for a decree changing name as follows: Present Name: AMETHYST SELENA MEZA-MARTINEZ Proposed name: AMETHYST SELENA MEZA 2. THE COURT ORDERS that all persons interested in this matter shall appear before this court at the hearing indicated below to show cause, if any, why the petition for change of name should not be granted. Any person objecting to the name changes described above must file a written objection that includes the reasons for the objection at least two court days before the matter is scheduled to be heard and must appear at the hearing to show cause why the petition should not be granted. If no written objection is timely filed, the court may grant the petition without a hearing. NOTICE OF HEARING Date: December 17, 2025 Time: 8:30 AM Dept. PS4 3255 E. Tahquitz Canyon Way, Palm Springs, CA 92262 A copy of this Order to Show Cause must be published at least once each week for four successive weeks before the date set for hearing on the petition in a newspaper of general circulation printed in this county: Riverside County / Desert Sun Dated: October 22, 2025 /s/ /s/ Judge of the Superior Court October 29, November 5, 12, 192025 LYRK0396635 Fictitious Business FICTITIOUS BUSINESS NAME STATEMENT The following person(s) is (are) doing business as: JB POOL SERVICE 84324 CANZONE DR INDIO CA 92203 RIVERSIDE COUNTY Full name of Registrant: JMB POOL SERVICES LLC 84324 CANZONE DR INDIO CA 92203 This Business is conducted by: A Limited Liability Company Registrant has not yet begun to transact business under the fictitious business name(s) listed above I declare that all the information in this statement is true and correct. (A registrant who declares as true any mate- rial 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).) Signature/s/ Araceli Beltran Typed or Printed Name(s): Araceli Beltran NOTE: This statement expires 5 years from the filing date. 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 (sec. 14411 et. sec. B&P) This statement was filed County of Riverside MEMBER File No. R-202512066 September 30, 2025 October 15, 22, 29, November 5 2025 LYRK0388080 FICTITIOUS BUSINESS NAME STATEMENT The following person(s) is (are) doing business as: PROTECT U SECURITY 39810 CRICKET COVE PALM DESERT CA 92211 RIVERSIDE COUNTY Full name of Registrant: Rivka Shmuel 39810 cricket cove palm desert ca 922211 This Business is conducted by: An Individual Registrant has not yet begun to transact business under the fictitious business name(s) listed above I declare that all the information in this statement is true and correct. (A registrant who declares as true any mate- rial 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).) Signature/s/ Rivka Shmuel Typed or Printed Name(s): Rivka Shmuel NOTE: This statement expires 5 years from the filing date. 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 (sec. 14411 et. sec. B&P) This statement was filed County of Riverside Owner File No. R-202512505 October 10, 2025 October 15, 22, 29, November 5 2025 LYRK0388091 FICTITIOUS BUSINESS NAME STATEMENT The following person(s) is (are) doing business as: DELIGHT NAILS AND SPA 4751 E PALM CANYON SUITE D, PALM SPRINGS CA 92264 RIVERSIDE COUNTY Full name of Registrant: DTP 2025 LLC 1401 21ST ST, SACRAMENTO CA 95811 This Business is conducted by: A Limited Liability Company Registrant commenced to transact business under the ficti- tious business name(s) listed above on I declare that all the information in this statement is true and correct. (A registrant who declares as true any mate- rial 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).) Signature/s/ DENNIS PHAN Typed or Printed Name(s): DENNIS PHAN NOTE: This statement expires 5 years from the filing date. 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 (sec. 14411 et. sec. B&P) This statement was filed County of Riverside PETE ALDANA RIVERSIDE COUNTRY CLERK File No. R-202511441 September 1, 2025 October 15, 22, 29, November 5 2025 LYRK0387908 FICTITIOUS BUSINESS NAME STATEMENT The following person(s) is (are) doing business as: DESERT CLEANING COMPANY 989 VISTA DUNES PALM SPRINGS CA 92262 RIVERSIDE COUNTY Full name of Registrant: Ernesto Ivan Corzo 989 Vista Dunes palm Springs CA 92262 This Business is conducted by: An Individual Registrant commenced to transact business under the ficti- tious business name(s) listed above on I declare that all the information in this statement is true and correct. (A registrant who declares as true any mate- rial 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).) Signature/s/ Ernesto I Corzo Typed or Printed Name(s): Ernesto I Corzo NOTE: This statement expires 5 years from the filing date. 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 (sec. 14411 et. sec. B&P) This statement was filed County of Riverside Peter Aldana Assessor County Clerk recorder File No. R-202513050 October 23, 2025 October 29, November 5, 12, 19 2025 LYRK0396375 FICTITIOUS BUSINESS NAME STATEMENT The following person(s) is (are) doing business as: CORSAIRS CUSTOM PRODUCTS 82640 MILES AVE #5 INDIO, CA. 92201 RIVERSIDE COUNTY Full name of Registrant: James Michal Wells 82640 Miles Ave. #5 Indio, CA. 92201 This Business is conducted by: An Individual Registrant has not yet begun to transact business under the fictitious business name(s) listed above I declare that all the information in this statement is true and correct. (A registrant who declares as true any mate- rial 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).) Signature/s/ James Wells Typed or Printed Name(s): James Wells NOTE: This statement expires 5 years from the filing date. 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 (sec. 14411 et. sec. B&P) This statement was filed County of Riverside Peter Aldana Assessor -County Clerk -Recorder File No. R-202513033 October 23, 2025 October 29, November 5, 12, 19 2025 LYRK0395788 Govt Bids & Proposals Govt Bids & Proposals Invitation for Bids 25-006 Asphalt Concrete Pavement Upgrade NOTICE IS HEREBY GIVEN that SunLine Transit Agency (SunLine or Agency) is receiving bids from qualified firms (Bidders or Contractors) on SunLine's PlanetBids procure- ment portal for asphalt and concrete repair/replace- ment services under a public works agreement (Project) as described in the Invitation for Bids (IFB) # 25-006. In summary, the Project is to make ground improvements within the operations and maintenance areas of the Thou- sand Palms Facility. Written bids must be firm and irrevo- cable for a minimum of 120 days. The bid of the successful Bidder will be binding upon SunLine's acceptance of that bid. Copies of SunLine's specifications for this work and standard terms & conditions are included with the IFB and will become part of any public works agreement resulting from the solicitation. Required Contractor's License(s): A California State Contractors License with the following Clas- sification: (1) General Engineering Contractor 'A' OR (2)'C-8' Concrete Contractor and'C-12' Earthwork & Paving Contrac- tor is required to bid this Project. Bidders must hold this license at the time of bid submission and throughout the Agreement term. This is a public works project subject to prevailing wages. In accordance with section 1720 et seq. of the Labor Code, the general prevailing wage rates as established by the Director of the California Department of Industrial Relations will apply. The prevailing wage rates established by the State Director of Industrial Relations are available on the State of California's website at http://www. dir.ca.gov/. No contractor or subcontractor may be listed on a bid for a public works project unless registered with the Department of Industrial Relations (DIR) pursuant to Labor Code section 1725.5 at the time of bid. Additionally, no contractor or subcontractor may be awarded a contract for public works unless registered with DIR pursuant to Cali- fornia Labor Code section 1725.5. Each bidder must submit proof of contractor registration with DIR (e.g. a hard copy of the relevant page of the DIR's database found at: https:// services.dir.ca.gov/gsp?id=dir_contractors&table=x_cdoi2_ letf_core_contractor_lookup. This Contract is subject to monitoring and enforcement by the DIR pursuant to Labor Code Section 1771.4. Pursuant to Public Contract Code Section 22300, the successful Bidder may submit certain securities in lieu of SunLine retaining a portion of progress payments during the project. Pursuant to California Civil Code Section 9550, the successful bidder shall furnish a payment bond in the amount of 100% of the contract price, if civil work exceeds twenty-five thousand dollars ($25,000). The successful bidder must also furnish a performance bond in 100% of the amount of the contract price. An optional, but highly recommended Pre -Bid Site Visit will be held on November 20, 2025 at 1:00 pm PT at 32-505 Harry Oliver Trail, Thousand Palms, CA 92276. Ques- tions regarding the solicitation are to be submitted in Plan- etBids by 3:00 PM PT on December 4, 2025. Bids will be received online through the SunLine's Planet - Bids public portal until 3:00 pm PT on January 13, 2026. Bidders must clearly label each document with their compa- ny's name and the document name. Bids received after the deadline will not be considered. A "public opening" of received bids will occur immediately after the bid submis- sion deadline and will be available for viewing on Planet - Bids. Bids must be accompanied by a Bidder's security in the form of Cash, Certified or Cashier's Check made payable to SunLine, or Bidder's Bond each in an amount equal to 10% of the Total Firm Fixed Price in the Price Form. The Bidder's security will be retained by SunLine and applied to any damages sustained by SunLine in the event that the successful Bidder fails or refuses to enter into the contract awarded to it. A copy of the Bid Security must be uploaded with the bid in PlanetBids. THE ORIGINAL BID SECURITY MUST BE DELIVERED PHYSICALLY TO 32-505 HARRY OLIVER TRAIL, THOUSAND PALMS, CA 92276 PRIOR TO THE 3:00 PM PT BID SUBMISSION DEADLINE NOTED ABOVE. The Agree- ment to be entered into pursuant to this IFB will be subject to financial assistance from the United States Department of Transportation (DOT) and Federal Transit Administration (FTA). Copies of the IFB and any addenda may be download- ed from the Bid Opportunities by accessing and searching for IFB 25-006 at SunLine's portal: https://www.sunline.org/ work/procurements or requested by email at the address listed below. Alfred Valrie Contracts Administrator avalriejr@sunline.org (760) 343-3456 x1514 October 17, 29 2025 LYRK0389654 Public Notices Public Notices BOARD OF SUPERVISORS OF THE COUNTY OF RIVERSIDE, STATE OF CALIFORNIA NOTICE IS HEREBY GIVEN that a public meeting will be held before the Board of Supervisors of Riverside County, Cali- fornia, on the 1st Floor Board Chambers, County Adminis- trative Center, 4080 Lemon Street, Riverside, on Tuesday, November 4, 2025 at 9:30 A.M. or as soon as possible thereafter, to consider adoption of the following Ordinance: SUMMARY OF ORDINANCE NO. 558.14 AN ORDINANCE OF THE COUNTY OF RIVERSIDE AMENDING ORDINANCE NO. 558 TO AUTHORIZE BINGO GAMES This summary is presented pursuant to California Govern- ment Code Section 25124(b). A certified copy of the full text of Ordinance No. 558.14 may be examined at the Office of the Clerk of the Board of Supervisors of the County of Riverside, located at 4080 Lemon Street 1st Floor, River- side, California 92501. Formerly, Ordinance No. 558 regulated bingo games differ- ently based on a distinction between remote caller and traditional bingo games. However, in July of 2025, Senate Bill No. 860 amended Penal Code Sections 326, et seq. to eliminate the distinction between remote caller and tradi- tional bingo games. Ordinance No. 558.14 amends the provisions of Ordinance No. 558 to incorporate changes in state law and to update administrative fees charged by the Sheriff's Office for processing license applications. Addi- tionally, Ordinance No. 558.14 will incorporate Ordinance No. 1003, which shall establish licensing fees to be charged pursuant to Ordinance No. 558.14. Alternative formats available upon request to individuals with disabilities. If you require reasonable accommodation, please contact Clerk of the Board at (951) 955-1069. Please send all written correspondence to: Clerk of the Board, 4080 Lemon Street, 1st Floor, Post Office Box 1147, Riverside, CA 92502-1147 or email cob@rivco.org Dated: October 20, 2025 Kimberly A. Rector, Clerk of the Board By: Naomy Sicra, Clerk of the Board Assistant 10/29/25 #11771767 SECTION 1100 INVITATION TO BID PROJECT NO. 2025-02 FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until 10:00 A.M. on November 6, 2025, at which time they will be publicly opened and read for performing work as follows: The project consists of furnishing and applying slurry seal on select streets within the City of La Quinta. These streets include, Avenida Diaz, Avenida Juarez, Avenida Madero, Avenida Cortez, Avenida Morales, Avenida Montezuma, Calle Nogales, Calle Ensenada, Calle Sonora, Calle Durango, Calle Sinaloa, Calle Hidalgo, Monticello Community, La Quinta Highlands Community, and Adams Street. The proposed work includes, but is not limited to, weed removal, header cuts, application of crack sealant, removal of existing striping, grinding, asphalt overlay, application of Type II Latex Emulsion Aggregate Slurry Seal, and re -strip- ing slurried streets. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for more information. This project shall be completed within 40 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is impor- tant and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". A pre -bid conference is scheduled for 11:00 A.M., Monday, October 27, 2025 in the Public Works conference room at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. Complete sets of the bidding documents may be purchased online at: www.planitplanroom.com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Bidding procedures are prescribed in the Project Specifica- tions. Bids shall be executed upon the forms bound and made a part of said Specifications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject any or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at http://www.laquintaca.gov/business/design-and-devel- opment/bid-on-jobs. Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Rela- tions. These wage rates are available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Depart- ment of Industrial Relations website at http://www.dir.ca.gov/Public-Works/PublicWorks.html . Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby noti- fied that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Indus- trial Relations. Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Stan- dards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. All bidders shall be licensed under the provisions of Chap- ter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall possess a valid Class A (General Contractor) and/or C32 (Parking and Highway Improvement Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shall render the bid as non -respon- sive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved By: Date: Bryan McKinney, P.E. Public Works Director/ City Engineer Published By: Date: Monika Radeva City Clerk October Check the classified listings everyday. Looking to Buy a Car? Check the classified listings everyday. LocaliQ California GANNETT Account Number: 1252591 Customer Name: City Of La Quinta Customer Address: City Of La Quinta 78495 Calle Tampico La Quinta CA 92253-2839 Contact Name: Carley Escarrega Contact Phone: Contact Email: cescarrega@laquintaca.gov PO Number: Print Product #Insertions PDS Palm Springs Desert Sun 2 PDS desertsun.com 2 Start - End 10/22/2025 - 10/29/2025 10/22/2025 - 10/29/2025 Category Public Notices Public Notices Order Confirmation Not an Invoice Date: 10/16/2025 Order Number: 11764467 Prepayment $ 0.00 Amount: Column Count: 2.0000 Line Count: 142.0000 Height in Inches: 14.6400 Total Cash Order Confirmation Amount Due $2073.20 As an incentive for customers, we provide a discount off the Tax Amount $0.00 total order cost equal to the 3.99% service fee if you pay with Service Fee 3.99% $82.72 Cash/Check/ACH. Pay by Cash/Check/ACH and save! Cash/Check/ACH Discount-$82.72 Payment Amount by Cash/Check/ACH $2073.20 Payment Amount by Credit Card $2155.92 Order Confirmation Amount 1$2073.20 1/2 Ad P review nt leaaatnan on hem nt l,tlxi„f n9 tlur ied t tad uforfeitetl esh. itractMariieto enter into tM1e same. public works project unlessr egis[eratl wiN the Department of lntlua[rial Relations. Labor Cotle s all bitltlers a herebynn tifietl that this pl[an su bject [o complice eme antl enforcnt by the Dpartment of Induz- �iial lRelatlons. all c antl s ,d till—ly st furnlsb electronic certlfietl payroll records directly entbe labor Cem ).Al lncd (aka Division of Labor Stan- tlartla Enforcement). All ca and a"ty *fractere rt also provide a copy antlrpreef !e the City of online submittalvsitbin 2 days of enliae submission. Public Contract Code Section 33300, for monies nedn by the e d withheld by etfCe tM1 erfo oof the li chop sub t cing the ements of saidtPublic Contract Code Section 22300.eu All bitltlers s r 9, Div then and P Cotle Na Stat of Cal o dos ofpwork c [etl ordan Public Coni[ract Cotlecgection 3300,p[he City has tle"r�mo, hat the General Contractor shall a a alld Class A (6 :dd Contractor) antl/or C32 p(Parkin9 a Improvamant Contractor), at the time thatntl[M1ei bid m E.t, bidde,sF,all submit with iscbid a ring forth it erience on the forms included in [diet Bid l.e Telephones[ will n t be available to bidders. Bid forms after t eodesignated t will n t be a tad. itlders and tMel utbor zed agen led to end. c_NZ o bidder_ s bid for �iod of s y (60) s after Ihb Late set for�the opbn.ngeof bids. Appr.bd By: Date: Public Wor�ksnDlibt,br/ City Engineer Published By: Date: Monika Ratleva City Clerk October 2/2 1 Olivia Rodriguez From:Carley Escarrega Sent:Monday, October 20, 2025 10:01 AM To:'Gannett Legals Public Notices 4' Cc:City Clerk Mail Subject:RE: 11764467-RE: Invitation to Bid Attachments:11764467.pdf Looks good, thank you! Carley Escarrega | Administrative Technician Public Works/Engineering Department City of La Quinta 78495 Calle Tampico | La Quinta, CA 92253 Ph. 760.777.7096 www.laquintaca.gov www.playinlaquinta.com From: Gannett Legals Public Notices 4 <ganlegpubnotices4@gannett.com> Sent: Thursday, October 16, 2025 1:52 PM To: Carley Escarrega <cescarrega@laquintaca.gov> Subject: RE: 11764467-RE: Invitation to Bid ** EXTERNAL: This message originated outside of the City of La Quinta. Please use proper judgement and caution when opening attachments, clicking links or responding to requests for information. ** Hello Please find your order confirmation and proof of ad attached. Your ad is set to run in [Desert Sun] on [10/22,10/29/2025]. The order cost is [$2,073.20] which includes an affidavit, that will be mailed to you 7-10 business days after the last day of the ad printing. Please reply by 10/17/2025 10AM with any changes. All orders are subject to a non-refundable 3.99% service fee. As an incentive for customers, we provide a discount off the order cost equal to the 3.99% service fee if you pay by ACH. Pay by ACH and Save! Final order cost provided at time of payment and via a receipt. Your notice is scheduled to run per your request and will publish unless you reply to this email requesting changes or to cancel. Our invoicing is done on a monthly basis. You will receive an invoice for this ad after the close of the month. In the future, be on the lookout for access to our online self-serve ad portal in your local publication to conveniently place future legal notices. 2 Thanks, *NOTE: We are not legally trained, and it is your responsibility to make sure your AD meets the requirements of your State/Court which includes wording and publication times. Please verify all information is there and that it is correct. If your ad is not compliant with applicable law and needs to be re-published you will be responsible for all additional fees incurred Nadia Luckett Public Notice Representative Office: 844-254-5287 From: Carley Escarrega <cescarrega@laquintaca.gov> Sent: Thursday, October 16, 2025 3:35 PM To: Email, TDS-Legals <legals@thedesertsun.com> Cc: City Clerk Mail <cityclerkmail@laquintaca.gov>; Mirta Lerma <mlerma@laquintaca.gov> Subject: 11764467-RE: Invitation to Bid My apologies, one small typo in the project name. Good afternoon, The City of La Quinta would like to run the attached Invitation to bid for Project no. 2025-02, FY 25/26 PMP Rehab & Slurry Seal Improvements, on Wednesday, October 22, 2025, and again on Wednesday, October 29, 2025. I await your confirmation and quote. Please confirm a physical copy of the affidavit/proof of publication will be mailed after printing (NOT a “tear sheet”). Thank you, Carley Escarrega | Administrative Technician Public Works/Engineering Department City of La Quinta 78495 Calle Tampico | La Quinta, CA 92253 Ph. 760.777.7096 www.laquintaca.gov www.playinlaquinta.com From: Carley Escarrega Sent: Thursday, October 16, 2025 1:25 PM To: Email, TDS-Legals (legals@thedesertsun.com) <legals@thedesertsun.com> Cc: City Clerk Mail <cityclerkmail@laquintaca.gov>; Mirta Lerma <mlerma@laquintaca.gov> Subject: Invitation to Bid 3 Good afternoon, The City of La Quinta would like to run the attached Invitation to bid for Project no. 2025-02, FY 26/27 PMP Rehab & Slurry Seal Improvements, on Wednesday, October 22, 2025, and again on Wednesday, October 29, 2025. I await your confirmation and quote. Please confirm a physical copy of the affidavit/proof of publication will be mailed after printing (NOT a “tear sheet”). Thank you, Carley Escarrega | Administrative Technician Public Works/Engineering Department City of La Quinta 78495 Calle Tampico | La Quinta, CA 92253 Ph. 760.777.7096 www.laquintaca.gov www.playinlaquinta.com