Public Notices 1/13/2025
Written by
Trustee
NOTICE OF TRUSTEE’S SALE T.S. No. 24-0105 7-PM-CA Title No. 3083945 A.P.N. 450-051-07 YOU ARE IN DEFAULT UNDER A DEED OF TRUST DATED 09/07/2016. 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(s) must be made payable to National Default Servicing Corporation), drawn on a state or national bank, a check drawn by a state or federal credit union, or a check drawn by a state or federal savings and loan association, savings association, 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 in an “as is” condition, but without 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, interest thereon, fees, charges and expenses of the Trustee for the total amount (at the time of the initial publication of the Notice of Sale) reasonably estimated to be set forth below. The amount may be greater on the day of sale. Trustor: Amber M Knight, an unmarried woman Duly Appointed Trustee: National Default Servicing Corporation Recorded 09/19/2016 as Instrument No. 2016-0125998-00 (or Book, Page) of the Official Records of Fresno County, California. Date of Sale: 02/18/2025 at 10:00 AM Place of Sale: At the Van Ness Avenue exit from the County Courthouse, 1100 Van Ness, Fresno, CA 93721 Estimated amount of unpaid balance and other charges: $172,083.32 Street Address or other common designation of real property: 1545 North Vagedes Avenue, Fresno, CA 93728 A.P.N.: 450-051-07 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 or other common designation 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. The requirements of California Civil Code Section 2923.5(b)/2923.55(c) were fulfilled when the Notice of Default was recorded. NOTICE TO POTENTIAL BIDDERS: If you are considering bidding on this property lien, you should understand 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 automatically entitle you to free and clear ownership of the property. You should also be aware that the lien being 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 mortgagee, beneficiary, trustee, or a court, pursuant to Section 2924g of the California Civil Code. The law requires that information about trustee sale postponements be made available 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 800-758-8052 or visit this internet website www.ndscorp.com/sales, using the file number assigned to this case 24-01057-PM-CA. 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 website. The best way to verily postponement information is to attend the scheduled sale. NOTICE TO TENANT: You may have a right to purchase this property after the trustee auction pursuant to Section 2924m of the California Civil Code. If you are a “representative of all eligible tenant buyers” you may be able to purchase the property if you match the last and highest bid placed at the trustee auction. If you are an “eligible 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 888-264-4010, or visit this internet website www.ndscorp.com, using the file number assigned to this case 24-01057-PM-CA 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 a “representative of all eligible tenant buyers” or “eligible bidder,” you should consider contacting an attorney or appropriate real estate professional immediately for advice regarding this potential right to purchase. Pursuant to Section 2924m of the California Civil Code, the potential rights described herein shall apply only to public auctions taking place on or after January 1, 2021, through December 31, 2025, unless later extended. Date: 12/19/2024 National Default Servicing Corporation c/o Tiffany and Bosco, P.A., its agent, 1455 Frazee Road, Suite 820 San Diego, CA 92108 Toll Free Phone: 888-264-4010 Sales Line 800-758-8052; Sales Website: www.ndscorp.com Deandre Garland, Trustee Sales Representative A-4831239 12/30/2024, 01/06/2025, 01/13/2025
12/30/2024, 01/06/2025, 01/13/2025
———————————–
NOTICE OF TRUSTEE’S SALE Trustee’s Sale No. CA-RCS-24020247 YOU ARE IN DEFAULT UNDER A DEED OF TRUST DATED 3/17/1999. 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. NOTICE TO PROPERTY OWNER: The sale date shown on this notice of sale may be postponed one or more times by the mortgagee, beneficiary, trustee, or a court, pursuant to Section 2924g of the California Civil Code. The law requires that information about trustee sale postponements be made available 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 800-280-2891 or visit this Internet Web site www.auction.com, using the file number assigned to this case, CA-RCS-24020247. 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 postponement information is to attend the scheduled sale. On January 29, 2025, at 09:00:00 AM, WEST ENTRANCE TO THE COUNTY COURTHOUSE BREEZEWAY, 1100 VAN NESS, in the City of FRESNO, County of FRESNO, State of CALIFORNIA, PEAK FORECLOSURE SERVICES, INC., a California corporation, as duly appointed Trustee under that certain Deed of Trust executed by FEDERICO ECHEVERRIA AND MARIA A. ECHEVERRIA, as Trustors, recorded on 3/30/1999, as Instrument No. 1999-0048954, of Official Records in the office of the Recorder of FRESNO County, State of CALIFORNIA, under the power of sale therein contained, WILL SELL AT PUBLIC AUCTION 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 association, 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 without 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, interest thereon, fees, charges and expenses of the Trustee for the total amount (at the time of the initial publication of the Notice of Sale) reasonably estimated to be set forth below. The amount may be greater on the day of sale. Property is being sold “as is – where is”. TAX PARCEL NO. 053-370-23LOT 10 OF TRACT NO. 2141, ACCORDING TO THE MAP THEREOF RECORDED IN BOOK 24 PAGES 90 AND 91 OF PLATS, FRESNO COUNTY RECORDS. From information which the Trustee deems reliable, but for which Trustee makes no representation or warranty, the street address or other common designation of the above described property is purported to be 20888 S. GARFIELD AVE, RIVERDALE, CA 93656. Said property is being sold for the purpose of paying the obligations secured by said Deed of Trust, including fees and expenses of sale. The total amount of the unpaid principal balance, interest thereon, together with reasonably estimated costs, expenses and advances at the time of the initial publication of the Notice of Trustee’s Sale is $24,719.39.NOTICE TO POTENTIAL BIDDERS: If you are considering bidding on this property lien, you should understand 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 automatically entitle you to free and clear ownership of the property. You should also be aware that the lien being 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 TENANT: You may have a right to purchase this property after 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 “eligible 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 877-237-7878, or visit www.peakforeclosure.com using file number assigned to this case: CA-RCS-24020247 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 “eligible tenant buyer” or “eligible bidder,” you should consider contacting an attorney or appropriate real estate professional immediately for advice regarding this potential right to purchase. NOTICE TO PERSPECTIVE OWNER-OCCUPANT: Any perspective owner-occupant as defined in Section 2924m of the California Civil Code who is the last and highest bidder at the trustee’s sale shall provide the required affidavit or declaration of eligibility to the auctioneer at the trustee’s sale or shall have it delivered to PEAK FORECLOSURE SERVICES, INC. by 5:00 PM on the next business day following the trustee’s sale at the address set forth above. The undersigned Trustee disclaims any liability for any incorrectness of the property address or other common designation, if any, shown herein. If no street address or other common designation 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 the first publication of this Notice of Sale. If the sale is set aside for any reason, including if the Trustee is unable to convey title, the Purchaser at the sale will be entitled only to the return of the money paid to the Trustee. This shall be the Purchasers sole and exclusive remedy. The Purchaser shall have no further recourse the Trustee, the Beneficiary, the Beneficiary’s Agent, or the Beneficiary’s Attorney WE ARE ATTEMPTING TO COLLECT A DEBT, AND ANY INFORMATION WE OBTAIN WILL BE USED FOR THAT PURPOSE. SALE INFORMATION LINE: 800-280-2891 or www.auction.com Dated: 12/20/2024 PEAK FORECLOSURE SERVICES, INC., AS TRUSTEE By: Lilian Solano, Trustee Sale Officer A-4831419 12/30/2024, 01/06/2025, 01/13/2025
12/30/2024, 01/06/2025, 01/13/2025
———————————–
Civil
(1)
SUMMONS
(CITACION JUDICIAL)
CASE NUMBER (Número del Caso):
24CECG04145
NOTICE TO DEFENDANT (AVISO AL DEMANDADO): (1) THE UNKNOWN HEIRS, ASSIGNS, AND DEVISEES OF THOMAS C. POTTER; (2) PATSY S. POTTER; (3) SECRETARY OF HOUSING AND URBAN DEVELOPMENT; AND (4) DOES 1 THROUGH 20
YOU ARE BEING SUED BY PLAINTIFF (LO ESTÁ DEMANDANDO EL DEMANDANTE): MORTGAGE ASSETS MANAGEMENT, LLC
NOTICE! You have been sued. The court may decide against you without your being heard unless you respond within 30 days. Read the information below.
You have 30 CALENDAR DAYS after this summons and legal papers are served on you to file a written response at this court and have a copy served on the plaintiff. A letter or phone call will not protect you. Your written response must be in proper legal form if you want the court to hear your case. There may be a court form that you can use for your response. You can find these court forms and more information at the California Courts Online Self-Help Center (www.courtinfo.ca.gov/selfhelp), your county law library, or the courthouse nearest you. If you cannot pay the filing fee, ask the court clerk for a fee waiver form. If you do not file your response on time, you may lose the case by default, and your wages, money, and property may be taken without further warning from the court.
There are other legal requirements. You may want to call an attorney right away. If you do not know an attorney, you may want to call an attorney referral service. If you cannot afford an attorney, you may be eligible for free legal services from a nonprofit legal services program. You can locate these nonprofit groups at the California Legal Services Web site (www.lawhelpcalifornia.org), the California Courts Online Self-Help Center (www.courtinfo.ca.gov/selfhelp), or by contacting your local court or county bar association. NOTE: The court has a statutory lien for waived fees and costs on any settlement or arbitration award of $10,000 or more in a civil case. The court’s lien must be paid before the court will dismiss the case.
¡AVISO! Lo han demandado. Si no responde dentro de 30 días, la corte puede decidir en su contra sin escuchar su versión. Lea la información a continuación.
Tiene 30 DÍAS DE CALENDARIO después de que le entreguen esta citación y papeles legales para presentar una respuesta por escrito en esta corte y hacer que se entregue una copia al demandante. Una carta o una llamada telefónica no lo protegen. Su respuesta por escrito tiene que estar en formato legal correcto si desea que procesen su caso en la corte. Es posible que haya un formulario que usted pueda usar para su respuesta. Puede encontrar estos formularios de la corte y más información en el Centro de Ayuda de las Cortes de California (www.sucorte.ca.gov), en la biblioteca de leyes de su condado o en la corte que le quede más cerca. Si no puede pagar la cuota de presentación, pida al secretario de la corte que le dé un formulario de exención de pago de cuotas. Si no presenta su respuesta a tiempo, puede perder el caso por incumplimiento y la corte le podrá quitar su sueldo, dinero y bienes sin más advertencia.
Hay otros requisitos legales. Es recomendable que llame a un abogado inmediatamente. Si no conoce a un abogado, puede llamar a un servicio de remisión a abogados. Si no puede pagar a un abogado, es posible que cumpla con los requisitos para obtener servicios legales gratuitos de un programa de servicios legales sin fines de lucro. Puede encontrar estos grupos sin fines de lucro en el sitio web de California Legal Services, (www.lawhelpcalifornia.org), en el Centro de Ayuda de las Cortes de California, (www.sucorte.ca.gov) o poniéndose en contacto con la corte o el colegio de abogados locales. AVISO: Por ley, la corte tiene derecho a reclamar las cuotas y los costos exentos por imponer un gravamen sobre cualquier recuperación de $10,000 ó más de valor recibida mediante un acuerdo o una concesión de arbitraje en un caso de derecho civil. Tiene que pagar el gravamen de la corte antes de que la corte pueda desechar el caso.
The name and address of the court is (El nombre y dirección de la corte es): SUPERIOR COURT OF CALIFORNIA, 1130 O STREET, FRESNO, CA 93724-0002
The name, address, and telephone number of plaintiff’s attorney, or plaintiff without an attorney, is (El nombre, la dirección y el número de teléfono del abogado del demandante, o del demandante que no tiene abogado, es): CHARLES A. CORREIA (SBN 86123), ALDRIDGE PITE, LLP, 3333 CAMINO DEL RIO SOUTH, SUITE 225, SAN DIEGO, CA 92108
DATE (Fecha): 9/25/2024
—, Clerk (Secretario), by E. RAMOS, Deputy (Adjunto)
(SEAL)
1/13, 1/20, 1/27, 2/3/25
CNS-3884773#
FRESNO BUSINESS JOURNAL
01/13/2025, 01/20/2025, 01/27/2025, 02/03/2025
———————————–
Probate
(1)
NOTICE OF PETITION TO
ADMINISTER ESTATE OF
DAVID ANTHONY ESQUIBEL
CASE NO: 24CEPR01589
To all heirs, beneficiaries, creditors, contingent creditors, and persons who may otherwise be interested in the will or estate, or both, of DAVID ANTHONY ESQUIBEL
A Petition for Probate has been filed by DIANA MARIE ESQUIBEL in the Superior Court of California, County of FRESNO.
The Petition for Probate requests that DIANA MARIE ESQUIBEL be appointed as personal representative to administer the estate of the decedent.
The petition requests authority to administer the estate under the Independent Administration of Estates Act. (This authority will allow the personal representative to take many actions without obtaining court approval. Before taking certain very important actions, however, the personal representative will be required to give notice to interested persons unless they have waived notice or consented to the proposed action.) The independent administration authority will be granted unless an interested person files an objection to the petition and shows good cause why the court should not grant the authority.
A hearing on the petition will be held in this court as follows:
May 5, 2025, 9:00 A.M. Dept. 402
1130 O Street
Fresno, CA 93721
B.F. SISK
If you object to the granting of the petition, you should appear at the hearing and state your objections or file written objections with the court before the hearing. Your appearance may be in person or by your attorney.
If you are a creditor or a contingent creditor of the decedent, you must file your claim with the court and mail a copy to the personal representative appointed by the court within the later of either (1) four months from the date of first issuance of letters to a general personal representative, as defined in section 58(b) of the California Probate Code, or (2) 60 days from the date of mailing or personal delivery to you of a notice under section 9052 of the California Probate Code. Other California statutes and legal authority may affect your rights as a creditor. You may want to consult with an attorney knowledgeable in California law.
You may examine the file kept by the court. If you are a person interested in the estate, you may file with the court a Request for Special Notice (form DE-154) of the filing of an inventory and appraisal of estate assets or of any petition or account as provided in Probate Code section 1250. A Request for Special Notice form is available from the court clerk.
Petitioner:
DIANA MARIE ESQUIBEL
1915 E. YALE AVE.
FRESNO, CALIFORNIA 93703
(559) 779-6831
IN PRO PER
01/13/2025, 01/20/2025, 01/27/2025
———————————–
Fictitious
FICTITIOUS BUSINESS
NAME STATEMENT
File No. 2202410005594
The following person(s) is (are) conducting business as
R & G THREADING BAR at 7795 N. FIRST ST, FRESNO, CA 93720 FRESNO COUNTY:
Full Name of Registrant:
GEETA KAUR DHUGGA, 505 BLOOM LN CLOVIS CA 93619.
Registrant commenced to transact business under the Fictitious Business Name listed above on: 01/01/2017.
This business conducted by: an individual.
GEETA KAUR DHUGGA, OWNER.
This statement filed with the Fresno County Clerk on: 11/19/2024.
(Seal)
JAMES A. KUS,
COUNTY CLERK.
By: BRYAN FLORES, DEPUTY.
“NOTICE – THIS FICTITIOUS NAME STATEMENT EXPIRES FIVE YEARS FROM THE DATE IT WAS FILED IN THE OFFICE OF THE COUNTY CLERK. A NEW FICTITIOUS BUSINESS NAME STATEMENT MUST BE FILED BEFORE THAT TIME.”
12/23/2024, 12/30/2024, 01/06/2025, 01/13/2025
———————————–
FICTITIOUS BUSINESS
NAME STATEMENT
File No. 2202410005667
The following person(s) is (are) conducting business as
SWEETFROG PREMIUM FROZEN YOGURT at 1990 N FOWLER AVE #106, CLOVIS, CA 93619 FRESNO COUNTY PHONE (559) 790-2911:
Full Name of Registrant:
GEETPAL ENTERPRISES INC, 505 BLOOM LANE CLOVIS CA 93619.
Registrant commenced to transact business under the Fictitious Business Name listed above on: 11/22/2024.
This business conducted by: a corporation.
Articles of Incorporation Number: 6200094
INDER PAUL DHALIWAL, PRESIDENT.
This statement filed with the Fresno County Clerk on: 11/22/2024.
(Seal)
JAMES A. KUS
COUNTY CLERK
By: MELISSA ZAVALA, DEPUTY
“NOTICE – THIS FICTITIOUS NAME STATEMENT EXPIRES FIVE YEARS FROM THE DATE IT WAS FILED IN THE OFFICE OF THE COUNTY CLERK. A NEW FICTITIOUS BUSINESS NAME STATEMENT MUST BE FILED BEFORE THAT TIME.”
12/23/2024, 12/30/2024, 01/06/2025, 01/13/2025
———————————–
FICTITIOUS BUSINESS
NAME STATEMENT
File No. 2202410006077
The following person(s) is (are) conducting business as
UNIVERSITY VILLAGE at 3128 Willow Ave., Ste. 101, Clovis, CA 93612, Fresno County
Full Name of Registrant:
UNIVERSITY VILLAGE SPE LLC, 3128 Willow Ave., Ste. 101, Clovis, CA 93612
Registrant has not yet commenced to transact business under the Fictitious Business Name listed above.
This business conducted by: limited liability company
Articles of Incorporation Number: 202464616885
Austin Herzog, Manager
This statement filed with the Fresno County Clerk on: 12/23/2024
(Seal)
JAMES A. KUS,
County Clerk.
By: CYAN EDMISTEN, Deputy.
“NOTICE – THIS FICTITIOUS NAME STATEMENT EXPIRES FIVE YEARS FROM THE DATE IT WAS FILED IN THE OFFICE OF THE COUNTY CLERK. A NEW FICTITIOUS BUSINESS NAME STATEMENT MUST BE FILED BEFORE THAT TIME.”
12/30/2024, 01/06/2025, 01/13/2025, 01/20/2025
———————————–
Misc.
(1)
CITY OF CLOVIS SUMMARY OF ORDINANCE 24-20 OF THE CITY COUNCIL OF THE CITY OF CLOVIS AND CHANGING THE OFFICIAL ZONE MAP OF THE CITY OF CLOVIS IN ACCORDANCE WITH SECTION 9.080.020 OF THE CLOVIS MUNICIPAL CODE TO REZONE APPROXIMATELY 201 ACRES FROM THE FRESNO AE20 ZONE DISTRICT TO THE CLOVIS C-1, R-1-PRD, O, AND P-C-C ZONE DISTRICTS FOR PROPERTIES LOCATED SOUTH OF EAST BEHYMER AVENUE, BETWEEN NORTH MINNEWAWA AVENUE AND THE ENTERPRISE CANAL AND NORTH OF EAST SHEPHERD AVENUE
On January 6, 2025, at 6:00 p.m., in the Council Chamber, 1033 Fifth Street, Clovis, CA, 93612, the Clovis City Council adopted an ordinance changing the official Zone Map of the City of Clovis in accordance with Section 9.080.020 of the Clovis Municipal Code to Rezone Approximately 201 acres from the Fresno AE20 Zone District to the Clovis C-1, R-1-PRD, O, and P-C-C Zone Districts for properties located South of East Behymer Avenue, between North Minnewawa Avenue and the Enterprise Canal and North of East Shepherd Avenue.
The ordinance was adopted by 4-0-1 vote with Mayor Mouanoutoua absent. A certified copy of the entire ordinance is available in the City Clerk’s office at 1033 5th Street, Clovis, CA, 93612. 559-324-2060 for questions.
01/13/2025
———————————–
(1)
CITY OF CLOVIS SUMMARY OF ORDINANCE 24-19 OF THE CITY COUNCIL OF THE CITY OF CLOVIS RECOMMENDING THAT THE CITY COUNCIL APPROVE pREZONE r2024-006 for approximately 37.92 acres from the Fresno County AE-20 Zone District to the Clovis R-1-PRD and R-1 ZONE Districts for propertIES located south of E. Behymer, between N. Minnewawa and N. Peach Avenues
On January 6, 2025, at 6:00 p.m., in the Council Chamber, 1033 Fifth Street, Clovis, CA, 93612, the Clovis City Council adopted an ordinance recommending that the City Council approve Prezone R2024-006 for approximately 37.92 acres from the Fresno County AE-20 Zone District to the Clovis R-1-PRD and R-1 Zone Districts for properties located South of E. Behymer, between N. Minnewawa and N. Peach Avenue.
The ordinance was adopted by 4-0-1 vote with Mayor Mouanoutoua absent. A certified copy of the entire ordinance is available in the City Clerk’s office at 1033 5th Street, Clovis, CA, 93612. 559-324-2060 for questions.
01/13/2025
———————————–
(1)
FRESNO UNIFIED SCHOOL DISTRICT
00 11 00 NOTICE TO BIDDERS
NOTICE INVITING BIDS PURSUANT TO PUBLIC CONTRACT CODE 22000, ET SEQ.
(THE UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT)
Notice is hereby given that the Fresno Unified School DISTRICT (“DISTRICT”) will receive sealed bids for Bid No. 25-21, Baird Middle School HVAC and EMS Replacements, to upgrade the gym HVAC and replace classroom unit ventilators and energy management systems.
DISTRICT hereby notifies all bidders that they will affirmatively ensure that in any Contract entered into pursuant to this advertisement, disabled veteran business enterprises (DVBE) will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, creed, sex or national origin in consideration for award. The DVBE goal for the project is as follows: three percent (3%) of the dollar amount of the Contract.
Notice is hereby given pursuant to the provisions of Section 1770 et seq of the California Labor Code, each worker of the contractor and any of its subcontractors engaged in work on the Project shall be paid not less than the prevailing wage rate. The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations (DIR). Pursuant to Labor Code Section 1725.5, the DIR established a Contractor Registration Program, in which no contractor or subcontractor shall bid on, be listed in a bid, or engage in the performance of any public work contract without being registered.
Prime Contractor must have a valid Class “C-20” Contractor’s License.
The time allowed for completion for the project shall be 123 Calendar days.
The Architect/Engineers’ estimate for this project is around $1,689,000 (not inclusive of $35,000 allowance).
A MANDATORY pre-bid conference has been scheduled at 11:00 AM, January 21, 2025 in front of the Administration Office at Baird Middle School, 5500 N. Maroa Ave, Fresno, CA 93704. Contractors bidding as a Prime Contractor for the project must attend in order for their bid to be “responsive”. Immediately following the pre-bid conference will be a mandatory job-walk of the site(s). School sites are using the Raptor visitor management system that requires all visitors to show either a government-issued identification card or driver’s license to receive a badge and enter the campus. Bidders may arrive earlier than the scheduled time to obtain their badge.
This Project is estimated to be over $1,000,000 and is subject to prequalification, in accordance with Public Contract Code 20111.6. All Bidders performing as either a General Engineering Contractor (A license), General Building Contractor (B license), Electrical Contractor, Mechanical Contractor, or Plumbing Contractor utilized as a Prime Contractor or Subcontractor must be prequalified prior to submitting bids on this project. For purpose of prequalification, Electrical, Mechanical, and Plumbing Contractors are Contractors pursuant to Section 7058 of the Business and Professions Code inclusive of: C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43, and C-46 licenses. Prequalified Prime Contractor may self-perform electrical, plumbing, mechanical work if prequalified under applicable licenses. Prequalification applications are to be submitted through Quality Bidders at https://www.qualitybidders.com/ no later than 11:59 PM, January 28, 2025. Prequalification status is valid for one (1) calendar year for any subsequent projects requiring prequalification.
Sealed Bids and the DVBE Declaration must be received prior to 2:00 P.M. on February 13, 2025 on Procureware, the DISTRICT’s online bidding portal, after which time the bids will be opened and bid results posted.
Bids shall be accompanied by a certified check, cashier’s check, or a bidder’s bond in an amount not less than ten percent (10%) of total bids made payable to Fresno Unified.
The substitution of appropriate securities in lieu of retention amounts from progress payments in accordance with Public Contract Code Section 22300 is permitted.
The Bid documents are on file at Fresno and Tulare Builders Exchanges; and Fresno Reprographics.
Pursuant to Public Contract Code 3400(c)(2), Fresno Unified School DISTRICT finds that it is in the best interest of the DISTRICT to standardize the products, equipment, and materials listed in Exhibit A-1 and Exhibit A-2 in order to match other products/equipment in use on a particular work of improvement either completed or in the course of completion. Where a specific brand, trade name, material, or product identified in the bid documents is also listed in Exhibit A-1 or Exhibit A-2, it shall be deemed to be followed by the words “No Substitutions,” and CONTRACTOR shall not make or request substitutions regarding any such product, equipment or material. Exhibit A-1 and Exhibit A-2 may be obtained from DISTRICT Purchasing Department web page under public works CUPCCAA menu: https://www.fresnounified.org/departments/purchasing/cupccaa.
Copies of the bid documents may be downloaded at no charge: https://fresnousdpurchasing.procureware.com/home Refer questions to Panhia Moua (559) 457-6042.
Published: January 13, 2025
01/13/2025
———————————–
(1)
SECTION 00 10 00
NOTICE TO CONTRACTORS
NOTICE IS HEREBY GIVEN that sealed bids are being solicited by the City of Fowler (“City”) at 128 S. Fifth St., Fowler, California, 93625, until 2:00 p.m. (PST) Thursday, February 20, 2025, from qualified contractors licensed in accordance with the provisions of the California Public Contract Code for the furnishing of all labor, materials, equipment, transportation, and services for the performance of all necessary as specified for, but not limited to fill in an existing storm drain basin, drill to develop a test well, and furnish and construct a new well site which is further described in the Scope of Work below for the Drought Resiliency Project Well 9 (“Project”).
Bidders must be registered on the City’s PlanetBids portal. Electronic bids will be received through the City’s PlanetBids website. by the date and time listed above. It is the responsibility of the bidder to submit the bids within sufficient time to be received by PlanetBids prior to the opening date and time. Please allow time for technical difficulties, uploading, and unexpected delays. Late or incomplete bids will not be accepted. Hard copy bids submitted or any other method of bid submission to the City will not be accepted. Verbal comments or communications are not a part of this solicitation. Submission of a sealed bid on the City’s PlanetBids portal will constitute acknowledgement and acceptance of all terms and conditions set forth herein. Bidders must submit all questions in the PlanetBids portal by no later than 2:00 p.m. (PST) Tuesday, February 11, 2025. Bid submissions will be made public on the PlanetBids portal, following the bid opening. Visit the PlanetBids portal site for results and awards.
SCOPE OF WORK:
The scope of work for this project defined by the City of Fowler approved Construction documents and Specifications involves the Drought Resiliency Project Well 9 Improvements located at APNs 343-280-60 and 343-280-61, California (“Project Site”).
The work to be done consists, in general, of furnishing all labor, materials, and equipment necessary to fill in an existing storm drain basin, drill a test well, and furnish and construct a complete new well site facility as depicted in the plans and specifications.
The Engineer’s Estimate for the Base Bid scope of improvements is $2,800,000.
The Engineer’s Estimate for the Add Alternate #1 scope is $270,000.
PLANS AND SPECIFICATIONS AVAILABLE:
Plans and Specifications for the work may be obtained online via the City’s PlanetBids portal.
NON-MANDATORY PRE-BID MEETING:
There will be one (1) non-mandatory pre-bid meeting on Tuesday January 21, 2025 from 9:00am to 10:00am, PST. Participants will meet at the Project Site at the Northeast corner of Stanford Avenue and E South Avenue.
Electronic Proposals (Bids):
Bid Location: Submission of a bid on the City’s PlanetBids portal will constitute acknowledgement and acceptance of all terms and conditions set forth herein.
Bid Submission Deadline Date/Time: On or before 2:00 pm, PST, on Thursday, February 20, 2025. Bids shall be submitted only on the forms provided thereof. Hard copy bid bonds must be delivered to the City no later than 24 hours of the bid opening.
At the time of scheduled bid opening, the bid opening may be viewed live via zoom at the following link:
https://us06web.zoom.us/j/87249990438?pwd=9EhEuqxO2wlt9ivw9axKu6pMUZQmuY.1
Meeting ID: 872 4999 0438
Passcode: 248492
BIDDER’S BOND:
Bids must be accompanied by a bidder’s bond approved by the City or a certified cashier’s check for at least ten percent (10%) of the amount bid and made payable to the City of Fowler, State of California. Said Bidder’s Bond or certified cashier’s check shall be declared forfeited if the successful bidder refuses or neglects to enter into contract after being so requested by the City. Said Bond shall be obtained from an admitted surety company satisfactory to the City. The original and notarized hard-copy bidder’s bond shall be mailed or delivered to the City at 128 S. Fifth St., Fowler, California, 93625 no later than 24 hours of the bid opening date and time.
CONTRACTOR’S LICENSE REQUIRED:
The City will not consider or accept any bids from contractors who are not licensed to do business in the State of California and are not in possession of a current Class A contractor’s license. The General Contractor or the General Contractor’s Subcontractors performing the associated work are required to possess a Class C-10 and Class C-57 Contractor’s License. Failure to possess the specified licenses shall render the Bid as non-responsive and shall act as a bar to award of the contract to any bidder not possessing said license at the time of Bid opening. If the license classification specified herein above is that of a “Specialty Contractor” as defined in Section 7058 of the Business and Professions Code, the specialty contractor awarded the Contract shall itself construct a majority of the Work in accordance with the provisions of the Business and Professions Code.
SUBCONTRACTORS LIST: Each bid filed shall set forth:
The work to be performed and the name and the location of the place of business of each subcontractor who will perform work or labor or render services to the general contractor in or about the construction of the work or improvement in an amount in excess of 1/2 of 1 percent of the general contractor’s total bid; and
The contractor’s license number and class for any subcontractors required to be named on the bid; and
Any other information as requested by the City concerning any subcontractor whom the general contractor is required to list under section (a), as set forth above, up to 24 hours after the deadline for the receipt of bids; and
The portion of the work to be done by each subcontractor, as required by Section 4104(b) of the Public Contract Code; and
All bids shall be submitted subject to the terms, conditions, and penalties of Sections 4100 through 4113 inclusive of the Public Contract Code.
REGISTRATION OF CONTRACTOR AND SUBCONTRACTORS WITH DEPARTMENT OF INDUSTRIAL RELATIONS:
The City will not consider or accept any bids from contractors or subcontractors who are not registered with the Department of Industrial Relations for the monitoring of the payment of prevailing wage as required under Section 1725.5 of the Labor Code (at the time of bid submission)
BONDS AND INSURANCE REQUIRED:
Performance and Maintenance Bond(s) – The successful bidder shall file with the County, at the time of execution of the Contract, a Performance Bond acceptable to the City in the full amount of the Contract Price, as security for the faithful performance of the Contract for the construction of the Work, and to cover all guarantees against defective workmanship or materials, or both, during the warranty period following the date of the final acceptance of the Work by the City. The Performance Bond shall name the State of California as an additional beneficiary under the bond.
Payment Bond – The successful bidder shall file with the County, at the time of execution of the Contract, a Payment Bond acceptable to the City in an amount equal to one hundred percent (100%) of the Contract Price, as security for the payment of all persons supplying labor and materials for the construction of the Work. The Payment Bond shall name the State of California as an additional beneficiary under the bond.
Form of Bonds – The Bonds shall be submitted on the bond forms contained in these Contract Documents or on forms that are substantially in compliance with same. Compliance shall be judged solely by the City of Fowler.
All bonds required, whether Bid, Performance, Payment, or Maintenance, shall be issued by an admitted surety insurer. The Bid Bond and Payment Bond must be issued by the same admitted surety insurer. The Bonds required by these specifications will neither be accepted nor approved by the City unless the Bonds are underwritten by an admitted surety, the requirements of California Code of Civil Procedure section 995.630(a) and (b) are met, and the Bond is accompanied by the County Clerk’s certificate as provided for in Code of Civil Procedure section 995.640(b). The City further reserves the right to satisfy itself as to the acceptability of the surety and the form of each bond. The bidder must submit, together with the Bonds, the following documents:
The original, or certified copy, of the unrevoked appointment, power of attorney, bylaws, or other instrument authorizing the person who executed the bond to do so for and in behalf of the Owner.A certified copy of the certificate of authority of the insurer issued by the California Insurance Commissioner.A certificate from the County Clerk that the certificate of authority has not been surrendered, revoked, canceled, annulled, or suspended, or in the event that it has, that renewed authority has been granted.A financial statement of the assets and liabilities of the insurer to the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond, in the form of an officer’s certificate as defined in Section 173 of the California Corporations Code.
If the surety insurer is found not to be an admitted surety insurer, the bid shall be determined to be non-responsive and shall be rejected. If the surety insurer’s assets do not exceed its liabilities in an amount equal to or in excess of the amount of the bond as set forth in Section 12090 of the California Insurance Code, or if the bidder fails to provide the specified documents, the bid may be determined to be non-responsive and may be rejected.
Power-of-Attorney – The Attorney-in-Fact who executes this bond on behalf of the Surety must attach a notarized copy of his or her power-of-attorney as evidence of his authority to bind the Surety on the date of execution of the bond.Surety – The Surety furnishing these bonds shall have a sound financial standing, a record of service satisfactory to the County of Fresno and be authorized to do business in the State.
The successful bidder shall be required to furnish certificates indicating that he or she carries adequate worker’s compensation insurance and public liability and property damage insurance, which list the City as an additional insured.
SUBSTITUTION OF SECURITIES:
Bidders are hereby put on notice that the successful bidder may substitute securities for any monies withheld by City of Fowler to insure performance of the Contract pursuant to Public Contracts Code Section 22300.
PREVAILING WAGE PROVISION:
Pursuant to Labor Code Section 1770 et seq., each laborer or mechanic of contractor or any subcontractor engaged in work on the project under this contract shall be paid not less than the hourly wage rate of per diem wages set forth in the prevailing wage rate schedule published by the Director of Industrial Relations, regardless of any contractual relationship which may be alleged to exist between the contractor or any subcontractor and such laborers and mechanics.Any laborer or mechanic employed to perform work on the project under this contract, which work is not covered by any of the foregoing classifications, shall be paid not less than the prevailing rate of per diem wages specified herein for the classification which most nearly corresponds to the work to be performed by him.The foregoing specified prevailing wage rates are minimum rates only, and the contractor may pay any wage rate in excess of the applicable rate as contained in this contract.Pursuant to Labor Code Section 1775, the Contractor as a penalty to the Owner shall forfeit $200.00 for each calendar day, or portion thereof for each worker paid less than the prevailing rate established by the Department of Industrial Relations for such work or craft in which the worker is employed. The difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which the worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor. NOTE: An error on the part of an awarding body does not relieve the Contractor from responsibility for payment of the prevailing rate of per diem wages or liability for any penalties pursuant to Labor Code Sections 1770 to 1775, inclusive.Monitoring of compliance with prevailing wage requirements shall be done by the Department of Industrial Relations. Contractors and subcontractors must be registered with the Department of Industrial Relations as required under Section 1725.5 of the Labor Code and maintain compliance with any and all statutory, regulatory, or departmental policies or procedures concerning said compliance. Any or all portions of this Section shall not be applicable to the extent that Contractor is specifically exempted from said requirements by statute. However, in the event that Contractor is so exempted, Contractor shall provide the legal authority for the claimed exemption.
MISCELLANEOUS:
The City of Fowler reserves the right to reject any or all bids or to waive any informality in any bid.
If this contract is awarded, the Notice of Award shall be issued to the lowest responsible bidder within sixty (60) days following the bid opening.
Unless otherwise required by law, no bidder may withdraw his bid for a period of sixty (60) days after the date the City Council awards the contract to the lowest responsible bidder. The Bid Bond shall be returned sixty (60) days from the time the award is made.
BY ORDER OF THE CITY OF FOWLER, FOWLER, California.
Original Signed
Thomas W. Gaffery, IV,
Interim City Manager,
Date of Publication:
01/13/2025, 01/20/2025
———————————–
STATE CENTER COMMUNITY COLLEGE DISTRICT
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN that the Board of Trustees of the State Center Community College District (“District”) invites and will receive sealed bids (“Bids”) from general contractors (“Contractor(s)” or “Bidder(s)”) for the furnishing to District of all labor, equipment, materials, tools, services, transportation, permits, utilities, and all other items necessary for the following project (“Project”):
PROJECT NAME: DENTAL BUILDING DEMOLITION, REEDLEY COLLEGE, BID 2425-09C, CUPCCAA
PROJECT SCOPE: Scope or work consist of demolition of dental building and associated underground mechanical piping including removal of telecommunications cabling. Irrigation replacement at location of removed building.
BIDS DUE:
Bids will be received no later than February 6, 2025 prior to 2:00 pm, via PlanetBids.
All bids shall be submitted electronically through PlanetBids Vendor portal to be accepted. Incomplete, late, inaccurate, or untrue responses or information provided therein by a bidder shall be grounds for the District to reject such submissions for non-responsiveness. Bids shall be valid for a period of 90 calendar days from the Due Date.
Bids must be electronically submitted on the forms prepared by the District and included in the contract documents located on PlanetBids Vendor portal.
Contractors and subcontractors are encouraged to register with the District as a California Uniform Construction Cost Accounting Commission (“CUPCCAA”) approved contractor and encouraged to prequalify for this project and other CUPCCAA projects by completing the form available at: PlanetBids.
PRE-BID CONFERENCE:
A pre-bid conference will be held in person on January 15, 2025 , at 2:00 p.m.
Those attending the non-mandatory, but highly recommended, pre-bid conference shall meet at:
Reedley Collete
995 N. Reed Avenue
Reedley, CA 93654
Meet near parking lot E
Representatives of the District and consulting engineers, if any, will be present. Questions asked by Bidders at will be answered in writing by written addenda.
CONTRACTOR’S LICENSE(S):
Unless otherwise provided in the Instructions for Bidders, each Bidder shall be a licensed contractor pursuant to sections 7000 et seq. of the Business and Professions Code in the following classification(s) throughout the time it submits its Bid and for the duration of the contract:
A or B – General Building Contractor
Bidders are solely responsible for on-time electronic submission of their bid through PlanetBids.
It is the bidder’s sole responsibility to contact State Center Community College District’s online bid management provider, PlanetBids at 818-992-1771, to resolve any technical issues related to electronic bidding, including (but not limited to) registering as a vendor, updating passwords, updating profiles, uploading/downloading documents, submitting an electronic Proposal, and for the stability of their internet service, prior to bid due date and time.
The District will only consider bids that have been transmitted successfully and have been issued an ebid confirmation number (VBID) with a timestamp from the bid management system. Transmission of bids by any other means will not be accepted.
Failure of Bidder to submit an electronic bid shall be the bidder’s sole risk and no relief will be granted. Bidders experiencing technical difficulties shall contact PlanetBids at (818) 992-1771 for technical difficulties or help with the bid submission process.
Bids must be complete and responsive to all portions of the Contract Documents. Bids must be submitted on the District’s Bid Forms. Any addenda will be posted on PlanetBids (“Website”). Bidders must check the Website on a daily basis through the Due Date for any applicable addenda or updates. The District does not assume any liability or responsibility based on any defective or incomplete copying, excerpting, scanning, faxing, downloading, or printing of the Bid Documents. Information on PlanetBids may change without notice to prospective bidders. The Contract Documents shall supersede any information posted or transmitted by PlanetBids.
DISTRICT’S RIGHT TO REJECT:
District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process.
Any claim by Bidder that its Bid contains an error, or request for relief from its Bid, made after the time for opening of Bids, must be made in compliance with Public Contract Code section 5100 et seq. Upon written request, Bidder may withdraw its Bid prior to the time for opening of Bids without forfeiting its Bid Security. Upon written request, Bidder may withdraw its Bid prior to the time for opening of Bids without forfeiting its Bid Security. Any request to withdraw a Bid must be executed by the Bidder or its duly authorized representative. Bidder’s withdrawal of its Bid does not prejudice the Bidder’s right to submit a new Bid before the time of Bid opening.
All communications with, or questions to, District in any way concerning the Project, Contract Documents, or Bid, must be in writing and submitted via e-mail to Teresa Campagna Bryant, District Director, Procurement and Contracts at teresa.campagna@scccd.edu, and Sofia McClellan, Senior Buyer, at sofia.mcclellan@scccd.edu.
David El Fattal, Vice Chancellor, Finance and Administration
In the name of: Board of Trustees
STATE CENTER COMMUNITY COLLEGE DISTRICT
PUBLISHED:
January 6, 2025 and January 13, 2025
01/06/2025, 01/13/2025
———————————–
STATE CENTER COMMUNITY COLLEGE DISTRICT
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN that the Board of Trustees of the State Center Community College District (“District”) invites and will receive sealed bids (“Bids”) from general contractors (“Contractor(s)” or “Bidder(s)”) for the furnishing to District of all labor, equipment, materials, tools, services, transportation, permits, utilities, and all other items necessary for the following project (“Project”):
PROJECT NAME: HEALTH SCIENCE BUILDING REROOF, FRESNO CITY COLLEGE, BID 2425-14
PROJECT SCOPE: Scope or work consist of a single prime contract for complete tear-off and replacement of upper and lower roof- built-up roofing system components and accessories. Pre-finished sheet metal parapet coping, single unit skylight, and roof access hatch w/ new fall protection railing. Removal and reinstallation of select mechanical ventilation equipment on new raised curbs. Construction of new custom fabricated personnel roof access ladder, landing platform, and miscellaneous painting. In addition, scope includes disassembly and reassembly of existing pyramid skylight including incorporation of single-ply roof membrane and clad flashing.
BIDS DUE:
Bids will be received no later than February 6, 2025 prior to 2:00 pm, via PlanetBids.
All bids shall be submitted electronically through PlanetBids Vendor portal to be accepted. Incomplete, late, inaccurate, or untrue responses or information provided therein by a bidder shall be grounds for the District to reject such submissions for non-responsiveness. Bids shall be valid for a period of 90 calendar days from the Due Date.
Bids must be electronically submitted on the forms prepared by the District and included in the contract documents located on PlanetBids Vendor portal.
Contractors and subcontractors are encouraged to register with the District as a California Uniform Construction Cost Accounting Commission (“CUPCCAA”) approved contractor and encouraged to prequalify for this project and other CUPCCAA projects by completing the form available at: PlanetBids.
PRE-BID CONFERENCE:
A pre-bid conference will be held in person on January 15, 2025 , at 11:00 a.m..
Those attending the non-mandatory, but highly recommended, pre-bid conference shall meet at:
Fresno City College
1101 E. University Ave
Fresno, CA 93741
Meet front of Health Science Bldg
Representatives of the District and consulting engineers, if any, will be present. Questions asked by Bidders at will be answered in writing by written addenda.
CONTRACTOR’S LICENSE(S):
Unless otherwise provided in the Instructions for Bidders, each Bidder shall be a licensed contractor pursuant to sections 7000 et seq. of the Business and Professions Code in the following classification(s) throughout the time it submits its Bid and for the duration of the contract:
A, B or C-39 – License Type
Bidders are solely responsible for on-time electronic submission of their bid through PlanetBids.
It is the bidder’s sole responsibility to contact State Center Community College District’s online bid management provider, PlanetBids at 818-992-1771, to resolve any technical issues related to electronic bidding, including (but not limited to) registering as a vendor, updating passwords, updating profiles, uploading/downloading documents, submitting an electronic Proposal, and for the stability of their internet service, prior to bid due date and time.
The District will only consider bids that have been transmitted successfully and have been issued an ebid confirmation number (VBID) with a timestamp from the bid management system. Transmission of bids by any other means will not be accepted.
Failure of Bidder to submit an electronic bid shall be the bidder’s sole risk and no relief will be granted. Bidders experiencing technical difficulties shall contact PlanetBids at (818) 992-1771 for technical difficulties or help with the bid submission process.
Bids must be complete and responsive to all portions of the Contract Documents. Bids must be submitted on the District’s Bid Forms. Any addenda will be posted on PlanetBids (“Website”). Bidders must check the Website on a daily basis through the Due Date for any applicable addenda or updates. The District does not assume any liability or responsibility based on any defective or incomplete copying, excerpting, scanning, faxing, downloading, or printing of the Bid Documents. Information on PlanetBids may change without notice to prospective bidders. The Contract Documents shall supersede any information posted or transmitted by PlanetBids.
DISTRICT’S RIGHT TO REJECT:
District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process.
Any claim by Bidder that its Bid contains an error, or request for relief from its Bid, made after the time for opening of Bids, must be made in compliance with Public Contract Code section 5100 et seq. Upon written request, Bidder may withdraw its Bid prior to the time for opening of Bids without forfeiting its Bid Security. Upon written request, Bidder may withdraw its Bid prior to the time for opening of Bids without forfeiting its Bid Security. Any request to withdraw a Bid must be executed by the Bidder or its duly authorized representative. Bidder’s withdrawal of its Bid does not prejudice the Bidder’s right to submit a new Bid before the time of Bid opening.
All communications with, or questions to, District in any way concerning the Project, Contract Documents, or Bid, must be in writing and submitted via e-mail to Teresa Campagna Bryant, District Director, Procurement and Contracts at teresa.campagna@scccd.edu, and Sofia McClellan, Senior Buyer, at sofia.mcclellan@scccd.edu.
David El Fattal, Vice Chancellor, Finance and Administration
In the name of: Board of Trustees
STATE CENTER COMMUNITY COLLEGE DISTRICT
PUBLISHED:
January 6,m 2025 and January 13, 2025
01/06/2025, 01/13/2025
———————————–
NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Clovis for furnishing all labor, materials, services and equipment, and performing all work necessary as specified for, but not be limited to, rehabilitating AC pavement, modifying/reconstructing curb ramps, adjusting valve boxes and manholes to finished grade, installing storm drain pipe and inlet, modifying traffic signals, replacing loop detectors, and restriping as needed on the (“Project”).
Choose one of the following two paragraphs for a pre-bid meeting if the project has a complicated scope of work, i.e., water treatment plant, specialized improvements, new improvements on a secured site not accessible to the public; Delete the following two paragraphs if not applicable
A complete listing of bid quantities is contained in the bid proposal form. Bids will be received for the complete work in accordance with the plans and specifications on file with the City Clerk at the Clovis Civic Center, Clovis, CA. Plans and specifications, forms of proposal, contract and special provisions can be downloaded free of charge from the vendor portal of PlanetBids, Inc., which is accessible on the City of Clovis website.
Bids must be filed with the City Clerk at the Clovis Civic Center prior to 2:00 p.m., Tuesday, January 28, 2025, at which time the City Clerk will open said bids. Bids shall be submitted in sealed envelopes and marked:
Bid Proposal: Barstow Avenue Rehabilitation
No bid will be considered unless it is made on a bid proposal form furnished by the City Engineer. Each bid must be accompanied by a certified or cashier’s check or bidder’s bond on the City’s form, made payable to the City of Clovis, for an amount equal to at least ten percent (10%) of the amount bid. Such guarantee will be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. A Performance Bond in the amount equal to one hundred percent (100%) of the contract amount and a Labor and Materials (Payment) Bond in the amount equal to one hundred percent (100%) of the contract amount will be required by the City from the bidder to whom the contract is awarded. Said bonds shall be on the City’s forms and shall be issued by a surety company which is an admitted surety insurer authorized by the California Department of Insurance to transact business in this state, which has a rating not lower than “A-” as rated by A.M. Best Company, Inc. or other independent rating companies, and which is acceptable to the City of Clovis. Bidders are cautioned that representations made by surety companies will be verified with the California Department of Insurance. In accordance with the provisions of Chapter 13 (commencing with Section 4590), Division 5, Title 1 of the Government Code of the State of California, securities may be substituted for monies withheld on the project.
In accordance with the provisions of Section 1770 of the Labor Code, the Director of the Department of Industrial Relations of the State of California has determined the General Prevailing Rates and wages and employer payments for health and welfare pension, vacation, travel time and subsistence pay, as provided for in Section 1773, apprenticeship or other training programs authorized by section 3093, and similar purposes applicable to the work to be done. Said wages are available from the Internet web site of the California Department of Industrial Relations at http://www.dir.ca.gov/DLSR/PWD and also available at the City Clerk Office, Clovis Civic Center, 1033 Fifth Street, Clovis, CA 93612. A copy of the above-mentioned wage rates shall be posted by the Contractor at the job site where it will be available to any interested party.
In accordance with the provisions of Sections 1725.5, 1771.1, 1771.3, and 1771.4 of the Labor Code, this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal (subject to the requirements of Section 4104 of the Public Contract Code), or engage in the performance of any contract for public work, as defined by that chapter of the Labor Code, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. See Section 7-2 of the Standard Specifications (General Conditions) for additional requirements.
The City of Clovis will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religious creed, sex, or national origin in consideration for an award.
The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the Bid book and in copies of this book that may be examined at the offices described above where project plans, special provisions, and bid forms may be seen. The latest edition is also available from the Internet web site at U.S. General Services Administration and archives are available through the System for Award Management (SAM).gov. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of Bid book. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. “Modifications” to the wage rates typically change the wage rate or fringe benefits for particular crafts and trades included in the original decision. Modifications will not be effective if they are received after the bid opening or later than ten (10) days prior to the bid opening (unless there is reasonable time to notify bidders). Modifications received prior to ten (10) days before the bid opening will require notification of bidders by Addendum.
Attention is directed to the Federal minimum wage rate requirements in the Bid book. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes “helper” (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question.
Keep the following three paragraphs for Federal fund
Bidders are advised that, as required by federal law, the City of Clovis is implementing new Disadvantaged Business Enterprise requirements for Disadvantaged Business Enterprises (DBE). Section 2, “Proposal Requirements and Conditions,” under subsection titled “Disadvantaged Business Enterprises (DBE)” and Section 5, “General,” under subsection titled “Performance of Subcontractors” of these special provisions cover the DBE requirements. The DBE Contract goal is Error! Unknown document property name.. The Agency may consider the DBE commitments of the 2nd and 3rd bidders when determining whether the low bidder made good faith efforts to meet the DBE goal.
This project is subject to “Buy America” requirements of the Surface Transportation Assistance Act of 1982 (Section 165), and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041(a) and 1048(a), Title 23 CFR 635.410, and the regulations adopted pursuant thereto.
This project is also subject to the Cargo Preference Act (CPA) implementing regulations in Title 46 CFR 381, “Cargo Preference – U.S.-Flag Vessels”, for all Federal-aid projects.
Keep this paragraph for CDBG fund
Keep the following three paragraphs for Federal and CDBG funds
All bids are to be compared on the basis of the City Engineer’s estimate of the quantities of work to be done as shown in the bid proposal form. The Contractor must be licensed in accordance with the provisions of the Business and Professions Code, Division 3, Chapter 9 “Contractor”. Bidders for this project must possess a valid Class A or C-12 License prior to award of the contract and will be requested to indicate the license expiration date, and the license number on the bid proposal if available. Award consideration will take place at the earliest available Council meeting or as the City Manager has been authorized to award and execute the contract. All representations made on the proposal are made under penalty of perjury.
The project is subject to the contracting requirements and implementing regulations as amended in Title 13, Section 2449 General Requirements for In-Use Off-Road Diesel-Fueled Fleets, of the California Code of Regulations (13 CCR § 2449(i)). Bidders must submit a valid Certificate of Reported Compliance (CRC) issued by the California Air Resources Control Board at the time of bidding. Bidders are responsible for submitting their listed subcontractors’ CRCs and any supporting documentation within five (5) calendar days of bid opening. Failure to submit the required CRCs may render a bid non-responsive.
Define the determination of the lowest bid
The lowest bid shall be determined by the amount of the base bid. The Owner reserves the right to add or deduct any of the additive or deductive items after the lowest responsible and responsive bidder is determined.
The City of Clovis reserves the right to reject any or all bids, to waive any informalities or minor irregularities in the bids received, or to award the contract to the lowest responsible bidder as may serve the best interest of the City of Clovis.
Time of completion for the Project shall be Error! Unknown document property name. Working Days from the date established in the Owner’s Notice to Proceed.
Delete this paragraph if Owner chooses to not use a retention higher than 5%
Unless otherwise required by law, no bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening thereof or any authorized postponement thereof. The Owner reserves the right to take more than sixty (60) days to make a decision regarding the rejection of bids or the award of the Contract.
CITY OF CLOVIS
01/06/2025, 01/13/2025, 01/20/2025



