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