Lassen County Public Notices for the week of 4/30/19

CITATION FOR PUBLICATION UNDER WELFARE AND INSTITUTIONS CODE SECTION 294

Case number: JU3992

Case name: Theadora Kayotic Mann

To Terry Michael Mann Jr.; Christopher F. Farr,

And anyone claiming to be a parent of Theadora Kayotic Mann,

Born on December 8, 2016,

At Banner Lassen Medical Center, Susanville, CA.

A hearing will be held on July 15, 2019, at 1:00 p.m., in Dept. 1, located at Superior Court of California, County of Colusa, 547 Market St., Colusa CA 95932.

At the hearing, the court will consider the recommendations of the social worker or probation officer.

The social worker or probation officer will recommend that your child be freed from your legal custody so that the child may be adopted. If the court follows the recommendation, all your parental rights to the child will be terminated.

You have the right to be present at the hearing, to present evidence, and you have the right to be represented by an attorney. If you do not have an attorney and cannot afford to hire one, the court will appoint an attorney for you.

If the court terminates your parental rights, the order may be final.

The court will proceed with this hearing whether or not you are present.

Date: March 26, 2019

Signed: Erika F. Valencia, clerk, by deputy.

Published LCT

April 9, 16, 23, 30, 2019|

Proposed name change

SUPERIOR COURT OF CALIFORNIA,

COUNTY OF LASSEN

2610 Riverside Drive, Susanville, CA 96130

Petition of GEORGE WILLIAM PROSSER for change of name

ORDER TO SHOW CAUSE FOR

CHANGE OF NAME

Case Number: 62233

TO ALL INTERESTED PERSONS:

Petitioner George William Prosser filed a petition with this court for a decree changing names as follows:

Present name: GEORGE WILLIAM PROSSER to Proposed name: GEORGE WILLIAM SMITH.

THE COURT ORDERS that all persons interested in this matter 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: May 14, 2019

Time: 9:00 a.m., Dept. 2.

The address of the court is same as noted above.

A copy of this Order to Show Cause shall be published at least once each week for four successive weeks prior to the date set for hearing on the petition in the following newspaper of general circulation, printed in this county (specify newspaper):Lassen County Times.

Date: March 29, 2019.

/s/ Tony Mallery, Judge of the Superior Court.

Filed: March 29, 2019

Clerk of the Superior Court,

By L. Niemeyer, Deputy Clerk

Published LCT

April 16, 23, 30 May 7, 2019|

Susanville Property Sale

Hemlock Way

Trustee Sale No. 18-006183 TSG# DS7300-18004611 APN# 077-243-22-11 NOTICE OF TRUSTEE’S SALE YOU ARE IN DEFAULT UNDER A DEED OF TRUST DATED 02/03/11. 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 PROCEEDINGS AGAINST YOU, YOU SHOULD CONTACT A LAWYER. On 05/08/19 at 2:00 pm, Aztec Foreclosure Corporation as the duly appointed Trustee under and pursuant to the power of sale contained in that certain Deed of Trust executed by David M Curran, and Carol L Curran, husband and wife as joint tenants, as Trustor(s), in favor of Mortgage Electronic Registration Systems, Inc. as nominee for Bank of America N.A., as Beneficiary, Recorded on 02/08/11 in Instrument No. 2011-00616 of official records in the Office of the county recorder of LASSEN County, California, WILL SELL AT PUBLIC AUCTION TO THE HIGHEST BIDDER FOR CASH (payable at time of sale in lawful money of the United States, by cash, a cashier’s check drawn by 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), At the main entrance of the Lassen County Courthouse, 200 Block of South Lassen Street, Susanville, CA 96130, all right, title and interest conveyed to and now held by it under said Deed of Trust in the property situated in said County, California described as: 688-060 HEMLOCK WAY, SUSANVILLE, CA 96130. The property heretofore described is being sold “as is”. The undersigned Trustee disclaims any liability for any incorrectness of the street address and other common designation, if any, shown herein. Said 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 said Deed of Trust, with interest thereon, as provided in said note(s), advances, if any, under the terms of the Deed of Trust, estimated fees, charges and expenses of the Trustee and of the trusts created by said Deed of Trust, to-wit: $209,089.08 (Estimated). Accrued interest and additional advances, if any, will increase this figure prior to sale. The undersigned caused said Notice of Default and Election to Sell to be recorded in the county where the real property is located and more than three months have elapsed since such recordation. 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 or visit the Internet Web site, using the file number assigned to this case 18-006183. 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. www.Servicelinkauction.com 866-539-4173 or Aztec Foreclosure Corporation (877) 257-0717 www.aztectrustee.com DATE: April 9, 2019 AZTEC FORECLOSURE CORPORATION Elaine Malone Assistant Secretary / Assistant Vice President Aztec Foreclosure Corporation, 3636 N. Central Ave., Suite #400, Phoenix, AZ 85012 Phone: (877) 257-0717 or (602) 638-5700; fax: (602) 638-5748 www.aztectrustee.com NPP0351869 To: LASSEN COUNTY TIMES 04/16/2019, 04/23/2019, 04/30/2019

Published LCT

April 16, 23, 30, 2019|

NOTICE OF PETITION TO ADMINISTER ESTATE OF:

MURRAY LEWIS SCHULTZ AKA MURRAY L. SCHULTZ AKA

MURRAY SCHULTZ

CASE NO. P8347

To all heirs, beneficiaries, creditors, contingent creditors, and persons who may otherwise be interested in the WILL or estate, or both of MURRAY LEWIS SCHULTZ AKA MURRAY L. SCHULTZ AKA MURRAY SCHULTZ.

A PETITION FOR PROBATE has been filed by THERESA SCHULTZ in the Superior Court of California, County of Lassen.

THE PETITION FOR PROBATE requests that THERESA SCHULTZ be appointed as personal representative to administer the estate of the decedent.

THE PETITION requests the decedent’s WILL and codicils, if any, be admitted to probate. The WILL and any codicils are available for examination in the file kept by the court.

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: 05/28/19 at 10:00AM in Dept. 2C located at HALL OF JUSTICE 2610 RIVERSIDE DRIVE, SUSANVILLE, CA 96130

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.

Attorney for Petitioner

TAYLOR P. CALL – SBN 317163

HUBER LAW GROUP, A.P.C.

650 UNIVERSITY AVE. STE 113

SACRAMENTO CA 95825

4/16, 4/23, 4/30/19

CNS-3243032#

LASSEN COUNTY TIMES

Published LCT

April 16, 23, 30, 2019|

Susanville Property Sale

Orchard Way

NOTICE OF TRUSTEE’S SALE Trustee Sale No. : 00000008068439 Title Order No.: 1028120 FHA/VA/PMI No.: 43-43-6-1352998 ATTENTION RECORDER: THE FOLLOWING REFERENCE TO AN ATTACHED SUMMARY APPLIES ONLY TO COPIES PROVIDED TO THE TRUSTOR, NOT TO THIS RECORDED ORIGINAL NOTICE. NOTE: THERE IS A SUMMARY OF THE INFORMATION IN THIS DOCUMENT ATTACHED. YOU ARE IN DEFAULT UNDER A DEED OF TRUST, DATED 03/20/2013. 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. BARRETT DAFFIN FRAPPIER TREDER and WEISS, LLP, as duly appointed Trustee under and pursuant to Deed of Trust Recorded on 03/27/2013 as Instrument No. 2013-01546 of official records in the office of the County Recorder of LASSEN County, State of CALIFORNIA. EXECUTED BY: DONALD T VIDALES AND JUDY VIDALES, HUSBAND AND WIFE, WILL SELL AT PUBLIC AUCTION TO HIGHEST BIDDER FOR CASH, CASHIER’S CHECK/CASH EQUIVALENT or other form of payment authorized by California Civil Code 2924h(b), (payable at time of sale in lawful money of the United States). DATE OF SALE: 05/29/2019 TIME OF SALE: 2:00 PM PLACE OF SALE: AT THE MAIN ENTRANCE OF THE LASSEN COUNTY COURTHOUSE, 200 BLOCK OF SOUTH LASSEN STREET, SUSANVILLE, CA 96130. STREET ADDRESS and other common designation, if any, of the real property described above is purported to be: 687- 695 ORCHARD WAY, SUSANVILLE, CALIFORNIA 96130 APN#: 077-214-27-11 The undersigned Trustee disclaims any liability for any incorrectness of the street address and other common designation, if any, shown herein. Said 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 said Deed of Trust, with interest thereon, as provided in said note(s), advances, under the terms of said Deed of Trust, fees, charges and expenses of the Trustee and of the trusts created by said Deed of Trust. The total amount of the unpaid balance of the obligation secured by the property to be sold and reasonable estimated costs, expenses and advances at the time of the initial publication of the Notice of Sale is $157,324.69. The beneficiary under said Deed of Trust heretofore executed and delivered to the undersigned a written Declaration of Default and Demand for Sale, and a written Notice of Default and Election to Sell. The undersigned caused said Notice of Default and Election to Sell to be recorded in the county where the real property is located. 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 714-730-2727 for information regarding the trustee’s sale or visit this Internet Web site www.servicelinkASAP.com for information regarding the sale of this property, using the file number assigned to this case 00000008068439. 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. FOR TRUSTEE SALE INFORMATION PLEASE CALL: AGENCY SALES and POSTING 714-730-2727 www.servicelinkASAP.com BARRETT DAFFIN FRAPPIER TREDER and WEISS, LLP as Trustee 20955 Pathfinder Road, Suite 300 Diamond Bar, CA 91765 (866) 795-1852 Dated: 04/09/2019 BARRETT DAFFIN FRAPPIER TREDER and WEISS, LLP IS ACTING AS A DEBT COLLECTOR ATTEMPTING TO COLLECT A DEBT. ANY INFORMATION OBTAINED WILL BE USED FOR THAT PURPOSE. A-4690431 04/23/2019, 04/30/2019, 05/07/2019

Published LCT

April 23, 30, May 7, 2019|

NOTICE REGARDING

LIVE SCAN FINGERPRINT SERVICES

The Lassen County Office of Education has reduced its hours for live scan fingerprinting on a temporary basis.

The new hours will be Tuesday, Wednesday, and Thursday from 1:30 to 4:00 p.m. No appointment is necessary, but please call to insure services are available as we are currently short-staffed for live scan. If you have questions, please call the Lassen County Office of Education at 257-2196.

Published LCT

April 23, 30, 2019|

DEPARTMENT OF PUBLIC WORKS

NOTICE TO BIDDERS

SEALED PROPOSALS FOR

LASSEN COUNTY HERLONG ONE STOP REMODEL PROJECT

Will be received at the Office of the Director of Administrative Services, Lassen County, 221 South Roop Street, Susanville, California 96130, until 4:00 pm on May 9, 2019, at which time they will be publicly opened and read in the Office of the Director of Administrative Services at the above address.

General Work Description:

CONTRACTOR shall, at its sole cost and expense, furnish all facilities, equipment, and other materials necessary to complete a remodel of an office building consisting primarily of ADA improvements to the exterior path of travel and restrooms in accordance with the plans and specifications for the project.

At the time this contract is awarded, the Contractor shall possess a Class B License.

This contract is subject to the provisions of Section 22300 of the California Public Contract Code, which provides for the substitution of securities for any monies withheld by a public agency to ensure performance under a contract. The bidder’s attention is directed to said Section 22300 of the Public Contract Code for the specific requirements and provisions for such substitutions of securities if requested by the Contractor.

This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990.

Bid Book with special provisions, and proposal forms for bidding this project can only be obtained at the Lassen County Department of Public Works, Room 200, 707 Nevada Street Suite 4, Susanville, California 96130, FAX No. (530) 251-2675, Telephone No. (530) 251-8288, and it may be purchased at the following non-refundable prices:

Plans: $ 5.00

Specifications: $5.00

Mailing Fee: $10.00

The successful bidder shall furnish a payment bond equal to one hundred percent (100%) of the contract price and a performance bond equal to one-hundred percent (100%) of the contract price.

The Contractor shall also furnish Certificates of Insurance, with the County of Lassen named as additional insured, in amounts and coverage as specified in the Specifications.

A pre-bid meeting (non-mandatory) will be held at the project site, 170 David S. Hall Avenue, Herlong, CA on May 1, 2019 at 10:30 AM.

The Department will consider bidder inquiries only when made in writing and shall be submitted to Lassen County Public Works by facsimile or mail:

Lassen County Public Works

707 Nevada Street, Suite 4

Susanville, California  96130

Fax Number: (530) 251-2674

Inquiries or questions based on alleged patent ambiguity of the plans, specifications or estimate must be communicated as a bidder inquiry prior to bid opening.  Any such inquiries or questions, submitted after bid opening, will not be treated as a bid protest.

The County of Lassen hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged 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, sex or national origin in consideration for an award.

Pursuant to Section 1773 of the Labor Code the general prevailing wage rates in the county in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wage rates are predetermined and set forth in the serially numbered Bid Book issued for bidding purposes entitled, “County of Lassen, State of California, Notice to Contractor’s, Special Provisions, Proposal and Contract for “LASSEN COUNTY HERLONG ONE STOP REMODEL PROJECT” and in copies of said book that may be examined at the offices described above where project, special provisions and proposal forms may be seen or are available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov.  Addenda to modify wage rates, if necessary, will be issued to holders of the above referenced books. 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.

Contractor Registration with California Department of Industrial Relations (DIR):

Labor Code Section 1771.1(a):

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 works, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5

The County of Lassen may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within sixty (60) days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period; the time may be extended by mutual agreement between the County and the bidder.

Board of Supervisors

County of Lassen

State of California

BY: Larry D. Millar

Director of Transportation

Published LCT

April 23, 30, 2019|

FICTITIOUS BUSINESS

NAME STATEMENT

NO. 2019F028 (Expires: 4/12/2024)

The following person(s) is/are doing business as: HIGHER ALTITUDE FARMS.

Business Address: APN-043-150-42-11 AND APN-055-140-46-11, P.O. BOX 584, WESTWOOD, CA 96137 County of Lassen.

ZACHERY M. HART, 315 CEDAR ST., WESTWOOD, CA 96137; AMMIE D. MILLER, 315 CEDAR ST., WESTWOOD, CA 96137.

This business is conducted by: A General Partnership. Registrant(s) has not yet begun to transact business under the fictitious business name listed herein.

Signed: /s/ Zachery M. Hart; Ammie Miller.

This statement was filed in the office of the County Clerk of Lassen County on the date indicated below: Filed: April 12, 2019.

Julie M. Bustamante, County Clerk

Published: LCT

April 23, 30, May 7, 14, 2019|

FICTITIOUS BUSINESS

NAME STATEMENT

NO. 2019F029 (Expires: 4/12/2024)

The following person(s) is/are doing business as: BAR SOPTICS.

Business Address: 709-445 SADDLEBACK LANE JANESVILLE, CA 96114 County of Lassen. RALPH SCHATTENBURG, 709-445 SADDLEBACK LANE JANESVILLE, CA 96114. This business is conducted by: An Individual. Registrant(s) has not yet begun to transact business under the fictitious business name listed herein. Signed: /s/ Ralph Schattenburg.

This statement was filed in the office of the County Clerk of Lassen County on the date indicated below: Filed: April 12, 2019.

Julie M. Bustamante, County Clerk

Published: LCT, April 23, 30, May 7, 14, 2019|

FICTITIOUS BUSINESS

NAME STATEMENT

NO. 2019F027

The following person(s) is/are doing business as: autumnsapphire.com, 3075 Johnstonville Rd., Susanville, CA 96130-9151

Valori Reynolds, 3075 Johnstonville Rd., Susanville, CA 96130

This business is conducted by: individual

The registrant(s) commenced to transact business under the above name(s) on n/a

Signed: /s/Valori Reynolds

This statement was filed in the office of the County Clerk of Lassen County on the date indicated below:

Filed: April 5, 2019

Julie Bustamante, County Clerk

First Filing

4/30, 5/7, 5/14, 5/21/19

CNS-3246152#

LASSEN COUNTY TIMES

Published LCT

April 30, May 7, 14, 21, 2019|

Police Department Hosts Auction

The Susanville Police Department will be hosting an auction for unclaimed bicycles and copper wire held at the department, per Civil Code 2080.3(a). The items will be auctioned as a lot and not individually. The auction will include 28 bicycles and approximately 30ft of copper wire. All of the items will be sold in, as is condition. The department will allow one walk through to see the items before the auction date. The walkthrough will be held on May 2nd 2019 from 3:00pm-5:00pm. Sealed bids will be accepted at City Hall, 66 N. Lassen St, attention Gwenna Mcdonald. The dead line for sealed bids will be 2:00pm on May 7th. Bids will be opened on May 7th at 3:00pm. Highest bidder will be responsible for transporting the items within 10 business days.

Auction items include the following:

Item #1:

One black bike frame, UNK brand

Blue bike, UNK brand

Roadmaster

Genesis V2100

Treck 3700

Hyper 20

Huffy Storm

Next Revolution

Hyper Havoc

Rio Keni

Treck

Genesis V2100

UNK Blue Bike

MGX DXR

Hyper Eco

Schwinn Sidewinder

6061 Alloy Tuging

Huffy Coast to coast

MGX A40

Motoized Unk brand bike

All GT Terra Timberline

Avalon 6061 Alloy

Granit Peak Road Master

Schwinn Fairhaven

Kent Shockwave

Mt. Fury Road master

Mt. Spot Road master

Black freestyle BMX bike

Item #2:   Approximatley 30ft of copper wire

Published LCT

April 30, 2019|

Doyle Property Sale

Old Indian Trail

NOTICE OF TRUSTEE’S SALE Trustee Sale No. 142515 Title No. DS7300-19000239-F1 NOTE: THERE IS A SUMMARY OF THE INFORMATION IN THIS DOCUMENT ATTACHED. YOU ARE IN DEFAULT UNDER A DEED OF TRUST, DATED 05/30/2008. 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. On 05/22/2019 at 2:00 PM, The Mortgage Law Firm, PLC, as duly appointed Trustee under and pursuant to Deed of Trust recorded 06/13/2008, as Instrument No. 2008-03616, in book xx, page xx, of Official Records in the office of the County Recorder of Lassen County, State of California, executed by Heather Yoshimi Bates, An Unmarried Person, WILL SELL AT PUBLIC AUCTION TO HIGHEST BIDDER FOR CASH, CASHIER’S CHECK/CASH EQUIVALENT or other form of payment authorized by 2924h(b), (payable at time of sale in lawful money of the United States), Lassen County Courthouse, 220 South Lassen Street, Susanville, CA 96130. All right, title and interest conveyed to and now held by it under said Deed of Trust in the property situated in said County and State, described as: The land referred to in this Report is situated in the Area of Doyle, County of Lassen, State of California, and is described as follows: Parcel 1: In Township 25 North, Range 17 East, Mount Diablo Meridian, according to the Official Plat thereof. Section 19: The SE 1/4 of the SW 1/4 of the SE 1/4. Parcel 2: A non-exclusive easement for road and utility purposes, 20 feet in width, the centerline of which runs along the following described lines: Line No. 1: The south line of the N 1/2 of the SW 1/4 of the SE 1/4 of said Section 19. Line No. 2: Northerly, beginning at Line No. 1, above, along a line parallel to and ten feet west from the east line of the NE 1/4 of the SW 1/4 of the SE 1/4 of said Section 19 to a point of intersection with the centerline of the existing road. Line No. 3: Northerly, from the center of the SW 1/4 of the SE 1/4 of said Section 19, along the east line of the NW 1/4 of the SW 1/4 of the SE 1/4 of said Section 19, to a point of intersection with the centerline of the existing road; Together with the right to perform roadway slope and drainage grading adjacent to Lines No. 1, 2 and 3. APN: 141-350-67-11 The street address and other common designation, if any, of the real property described above is purported to be: 746 Old Indian Trail 600, Doyle, CA 96109 The undersigned Trustee disclaims any liability for any incorrectness of the street address and other common designation, if any, shown herein. Said 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 said Deed of Trust, with interest thereon, as provided in said note(s), advances, if any, under the terms of said Deed of Trust, fees, charges and expenses of the Trustee and of the trusts created by said Deed of Trust. The total amount of the unpaid balance of the obligation secured by the property to be sold and reasonable estimated costs, expenses and advances at the time of the initial publication of the Notice of Sale is: $104,786.67 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 beneficiary under said Deed of Trust heretofore executed and delivered to the undersigned a written Declaration of Default and Demand for Sale, and written Notice of Default and Election to Sell. The undersigned caused a Notice of Default and Election to Sell to be recorded in the county where the real property is located. Dated: 4/15/2019 THE MORTGAGE LAW FIRM, PLC Adriana Durham/Authorized Signature 27455 Tierra Alta Way, Ste. B, Temecula, CA 92590 (619) 465-8200 FOR TRUSTEE’S SALE INFORMATION PLEASE CALL (800) 280-2832 The Mortgage Law Firm, PLC. may be attempting to collect a debt. Any information obtained may be used for that purpose. 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) 280-2832 for information regarding the trustee’s sale or visit this Internet Web site – www.Auction.com – for information regarding the sale of this property, using the file number assigned to this case: 142515. 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. A-4691216 04/23/2019, 04/30/2019, 05/07/2019

Published LCT

April 23, 30, May 7, 2019|

NOTICE INVITING SEALED BIDS

PROJECT NUMBER 18-01

2012 STIP PAVEMENT REHABILITATION PROJECT ‘SC-4’

CITY OF SUSANVILLE, 66 NORTH LASSEN STREET

SUSANVILLE, CA  96130

Separate sealed BIDS for the CITY OF SUSANVILLE 2012 STIP PAVEMENT REHABILITATION PROJECT ‘SC-4’ located on various local streets within the CITY OF SUSANVILLE, described by title as the 2012 STIP PAVEMENT REHABILITATION PROJECT ‘SC-4’ and having Project Number 18-01 will be received by the CITY of Susanville at the office of the CITY CLERK, 66 North Lassen Street, Susanville, CA  96130 prior to 2:00 P.M., May 9, 2019 and then at said address publicly opened and read aloud in the CITY Hall COUNCIL Chambers. The CONTRACT DOCUMENTS may be examined at the following location: CITY PUBLIC WORKS OFFICE, 720 South Street, Susanville, CA 96130.

The WORK generally consists of: PLACEMENT OF A HOT MIX ASPHALT PAVEMENT OVERLAY AT VARIOUS LOCATIONS WITH AREAS OF STRUCTURAL SECTION REPAIR (DIG-OUTS), REMOVAL OF DAMAGED PAVEMENT, RE-ESTABLISHMENT OF PROPER CENTERLINE AND CROSS SLOPE GRADES AND VARIOUS PORTLAND CEMENT CONCRETE IMPROVEMENT INCLUSIVE OF ADA ACCESSIBILITY RAMPS, CURB, GUTTER, SIDEWALK, DRIVEWAY APPROACHES AND VALLEY GUTTERS, and all other WORK necessary to complete the PROJECT. The CONTRACT DOCUMENTS may be obtained from the CITY Public Works Department located at 720 South Street, Susanville, CA  96130 upon a non-refundable payment of $25.00 for each set.  An additional non-refundable payment of $10.00 will be required for mailing the CONTRACT DOCUMENTS.

The Engineer’s estimate for the work proposed in this project has been determined to be $739,000.

In accordance with the provisions of California Public Contract Code Section 3300, the CITY has determined that the CONTRACTOR shall possess a valid CLASS A OR C12 CONTRACTORS LICENSE at the time that the CONTRACTOR is selected. Failure to possess the specified license 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 award. A City of Susanville Business License is also required of all successful bidders.

The CONTRACTOR may elect to receive one hundred percent (100%) of payments due under the CONTRACT DOCUMENTS from time to time, without retention from any portion of the payment by the CITY by depositing securities of equivalent value with the CITY in accordance with the provisions of Section 10263 of the California Public Contract Code.  Such securities, if deposited by the CONTRACTOR, shall be valued by the CITY, whose decision on valuation of the securities shall be final.  Securities eligible for investment under this provision shall be limited to those listed in Section 16430 of the California Government Code, and Section 10263 of the California Public Contract Code.

The CONTRACT DOCUMENTS specify the scope of the WORK and many other conditions which include, but are not limited to, the wages to be paid to all workers employed in the execution of the CONTRACT. It shall be mandatory for the successful bidder and any SUBCONTRACTORS thereof, to pay not less than the prevailing wages to all workers employed in performing this CONTRACT in accordance with Sections 1170 to 1781 of the Labor Code. Neither the CONTRACTOR nor SUBCONTRACTORS shall engage in or permit discrimination in employment of persons because of race, color, national origin, ancestry, or religion.

BY ORDER OF the CITY COUNCIL of the CITY of Susanville, California.

Dated this __________ day of ________________, 2019.

CITY ENGINEER of the CITY of Susanville

INFORMATION FOR BIDDERS

BIDS will be received by the CITY of Susanville (herein called the CITY), at 66 North Lassen Street, Susanville, CA 96130 prior to 2:00 P.M., May 2, 2019. All BIDS must be accompanied by the Statement of Qualification as defined in the Supplemental General Conditions in Section 5. Any BID not accompanied by the Statement of Qualifications will not be considered for selection. The CITY will provide to BIDDERS upon request prior to bidding, all information pertinent to, delineates and describes, the land owned and rights-of-way acquired or to be acquired.

Each BID must be submitted to the CITY CLERK in a sealed envelope, addressed to the CITY of Susanville at 66 North Lassen Street, Susanville, CA 96130. Each sealed envelope containing a BID must be plainly marked on the outside as BID for PROJECT NO. 18-01, 2012 STIP PAVEMENT PROJECT ‘SC-4’ and the envelope should bear on the outside the name of the BIDDER, the BIDDER’S address, and the BIDDER’S license number if applicable. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the CITY at 66 North Lassen Street, Susanville, CA 96130.

At any time up to three (3) working days prior to BID opening, the CITY or CITY’S ENGINEER may issue ADDENDA to the PLANS and SPECIFICATIONS. The same shall be made available to those persons who have obtained a CONTRACT DOCUMENTS package from the CITY. The receipt of the ADDENDA shall be noted on the bid and will become part of the CONTRACT DOCUMENTS.

BIDDERS must satisfy themselves to the accuracy and completeness of the BID SCHEDULE by examination of the site and a review of the DRAWINGS and SPECIFICATIONS including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature or scope of the WORK to be done.

Individual BIDDERS shall sign the BID with their full name and address. A partner of a Partnership submitting a BID shall sign the BID with his or her full name and the name and address of every member of the Partnership shall be given. A duly authorized officer(s) of a corporation submitting a BID shall sign the BID with his/her/their full name(s) attested by the corporate seal, and the names and titles of all officer(s) of the corporation shall be given on the BID.

The CITY will not consider for award more than one BID from an individual, firm, partnership, corporation, or association under the same or different names. A conditional or qualified bid will not be accepted. The CITY may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within sixty (60) days after the actual date of the opening thereof. Should there be reasons why the CONTRACT cannot be awarded within the specified period, the time may be extended by mutual AGREEMENT between the CITY and the BIDDER.

This project is State funded. All applicable State laws (including applicable Federal embraced by the State), ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the CONTRACT throughout. Some of the laws regarding wage rates, travel and subsistence payments, payroll records, apprentices, working hours and workers compensation are specified under the General Conditions. The CONTRACT DOCUMENTS contain the provisions required for the PROJECT. Information obtained from an officer, agent, or employee of the CITY or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve him from fulfilling any of the conditions of the CONTRACT.

Each BID must be accompanied by a BOND payable to the CITY for ten percent (10%) of the amount of the BID. Once qualifications are received, and the BID prices compared, the CITY will return the BONDS of all except the three (3) lowest responsible BIDDERS. Lowest responsible will also include “most qualified.” When the AGREEMENT is executed the BONDS of the two (2) remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the PAYMENT BOND and PERFORMANCE BOND have been executed and approved, after which it will be returned.  The BID BOND must be executed on the BOND FORM included in the CONTRACT DOCUMENTS.

A PERFORMANCE BOND and a PAYMENT BOND, each in the amount of one hundred percent (100%) of the CONTRACT PRICE, with a corporate SURETY approved by the CITY, will be required for the faithful performance of the CONTRACT. The PERFORMANCE BOND and the PAYMENT BOND must be executed on the BOND FORMS included in the CONTRACT DOCUMENTS. A MAINTENANCE BOND will be required of the CONTRACTOR upon completion of the WORK, and prior to final payment. The MAINTENANCE BOND shall remain in force for a period of one (1) year after the date of “NOTICE OF COMPLETION of WORK”. Attorneys-in-fact who sign BID BONDS, MAINTENANCE BONDS, or PAYMENT BONDS and PERFORMANCE BONDS must file with each BOND a certified and effective dated copy of their power of attorney. Insurance will be required according to Section 4.21 of the General Conditions.

The party to whom the CONTRACT is awarded will be required to execute the AGREEMENT and obtain the PERFORMANCE BOND, PAYMENT BOND, and all required insurance within ten (10) calendar days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary AGREEMENT and BOND FORMS. In case of failure of the BIDDER to execute the AGREEMENT, the CITY may at its option consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the CITY.

The CITY within ten (10) calendar days of receipt of acceptable insurance, PERFORMANCE BOND, PAYMENT BOND and AGREEMENT signed by the party to whom the AGREEMENT was awarded shall sign the AGREEMENT and return to such party an executed duplicate of the AGREEMENT. Should the CITY not execute the AGREEMENT within such period, the BIDDER may by WRITTEN NOTICE withdraw his signed AGREEMENT. Such notice of withdrawal shall be effective upon receipt of notice by the CITY.

The NOTICE TO PROCEED shall be issued within ten (10) calendar days of the execution of the AGREEMENT by the CITY. Should there be reasons why the NOTICE TO PROCEED cannot be issued within such period, the time may be extended by mutual agreement between the CITY and CONTRACTOR. If the NOTICE TO PROCEED has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the CONTRACTOR may terminate the AGREEMENT without further liability on the part of either party.

The CITY may make such investigations as it deems necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish all such information and data for this purpose as the CITY may request.  The CITY reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the CITY that such BIDDER is properly qualified to carry out the obligations of the AGREEMENT and to complete the WORK contemplated therein.  The CITY reserves the right to reject bids at their sole discretion.

Each BIDDER and CONTRACTOR shall be licensed in accordance with the laws of the State of California including but not limited to Chapter 9, Division 3 of the Business and Professions Code. Any BIDDER or CONTRACTOR not so licensed is subject to the penalties imposed by such law. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to his BID. Further, the BIDDER agrees to abide by the requirements under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in the SUPPLEMENTAL GENERAL CONDITIONS.

The CITY requests written notification of discrepancies in, or omissions from, the CONTRACT DOCUMENTS if any are found by a BIDDER prior to submitting of bids. A voluntary pre-bid meeting will be held to answer all questions for prospective BIDDERS. The meeting will be held at the Council Chambers of the SUSANVILLE CITY HALL, 66 Lassen Street, Susanville, CA  96130 at 10:00 AM on May 2, 2019.

The CITY ENGINEER working address is 720 South Street, Susanville, CA  96130. Staff can be contacted (530) 257-1050 or via e-mail at [email protected]

Published LCT

April 23, 30, May 7, 2019|

NOTICE INVITING SEALED BIDS

PROJECT NUMBER 18-02

2012 STIP PAVEMENT rehabilitation PROJECT ‘SC-5’

CITY OF SUSANVILLE, 66 NORTH LASSEN STREET

SUSANVILLE, CA 96130

Separate sealed BIDS for the CITY OF SUSANVILLE 2012 STIP PAVEMENT REHABILITATION PROJECT ‘SC-5’ located on various local streets within the CITY OF SUSANVILLE, described by title as the 2012 STIP PAVEMENT REHABILITATION PROJECT ‘SC-5’ and having Project Number 18-02 will be received by the CITY of Susanville at the office of the CITY CLERK, 66 North Lassen Street, Susanville, CA  96130 prior to 2:00 P.M., May 9, 2019 and then at said address publicly opened and read aloud in the CITY Hall COUNCIL Chambers. The CONTRACT DOCUMENTS may be examined at the following location: CITY PUBLIC WORKS OFFICE, 720 South Street, Susanville, CA 96130.

The WORK generally consists of: PLACEMENT OF A HOT MIX ASPHALT PAVEMENT OVERLAY AT VARIOUS LOCATIONS WITH AREAS OF STRUCTURAL SECTION REPAIR (DIG-OUTS), REMOVAL OF DAMAGED PAVEMENT, RE-ESTABLISHMENT OF PROPER CENTERLINE AND CROSS SLOPE GRADES AND VARIOUS PORTLAND CEMENT CONCRETE IMPROVEMENT INCLUSIVE OF ADA ACCESSIBILITY RAMPS, CURB, GUTTER, SIDEWALK, DRIVEWAY APPROACHES AND VALLEY GUTTERS, and all other WORK necessary to complete the PROJECT. The CONTRACT DOCUMENTS may be obtained from the CITY Public Works Department located at 720 South Street, Susanville, CA 96130 upon a non-refundable payment of $25.00 for each set.  An additional non-refundable payment of $10.00 will be required for mailing the CONTRACT DOCUMENTS.

The Engineer’s estimate for the work proposed in this project has been determined to be $866,000.

In accordance with the provisions of California Public Contract Code Section 3300, the CITY has determined that the CONTRACTOR shall possess a valid CLASS A OR C12 CONTRACTORS LICENSE at the time that the CONTRACTOR is selected. Failure to possess the specified license 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 award. A City of Susanville Business License is also required of all successful bidders.

The CONTRACTOR may elect to receive one hundred percent (100%) of payments due under the CONTRACT DOCUMENTS from time to time, without retention from any portion of the payment by the CITY by depositing securities of equivalent value with the CITY in accordance with the provisions of Section 10263 of the California Public Contract Code. Such securities, if deposited by the CONTRACTOR, shall be valued by the CITY, whose decision on valuation of the securities shall be final. Securities eligible for investment under this provision shall be limited to those listed in Section 16530 of the California Government Code, and Section 10263 of the California Public Contract Code.

The CONTRACT DOCUMENTS specify the scope of the WORK and many other conditions which include, but are not limited to, the wages to be paid to all workers employed in the execution of the CONTRACT. It shall be mandatory for the successful bidder and any SUBCONTRACTORS thereof, to pay not less than the prevailing wages to all workers employed in performing this CONTRACT in accordance with Sections 1170 to 1781 of the Labor Code. Neither the CONTRACTOR nor SUBCONTRACTORS shall engage in or permit discrimination in employment of persons because of race, color, national origin, ancestry, or religion.

BY ORDER OF the CITY COUNCIL of the CITY of Susanville, California.

Dated this __________ day of ________________, 2019.

CITY ENGINEER of the CITY of Susanville

INFORMATION FOR BIDDERS

BIDS will be received by the CITY of Susanville (herein called the CITY), at 66 North Lassen Street, Susanville, CA 96130 prior to 2:00 P.M., May 2, 2019. All BIDS must be accompanied by the Statement of Qualification as defined in the Supplemental General Conditions in Section 5. Any BID not accompanied by the Statement of Qualifications will not be considered for selection. The CITY will provide to BIDDERS upon request prior to bidding, all information pertinent to, delineates and describes, the land owned and rights-of-way acquired or to be acquired.

Each BID must be submitted to the CITY CLERK in a sealed envelope, addressed to the CITY of Susanville at 66 North Lassen Street, Susanville, CA 96130. Each sealed envelope containing a BID must be plainly marked on the outside as BID for PROJECT NO. 18-02, 2012 STIP PAVEMENT PROJECT ‘SC-5’ and the envelope should bear on the outside the name of the BIDDER, the BIDDER’S address, and the BIDDER’S license number if applicable. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the CITY at 66 North Lassen Street, Susanville, CA 96130.

At any time up to three (3) working days prior to BID opening, the CITY or CITY’S ENGINEER may issue ADDENDA to the PLANS and SPECIFICATIONS. The same shall be made available to those persons who have obtained a CONTRACT DOCUMENTS package from the CITY. The receipt of the ADDENDA shall be noted on the bid and will become part of the CONTRACT DOCUMENTS.

BIDDERS must satisfy themselves to the accuracy and completeness of the BID SCHEDULE by examination of the site and a review of the DRAWINGS and SPECIFICATIONS including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature or scope of the WORK to be done.

Individual BIDDERS shall sign the BID with their full name and address.  A partner of a Partnership submitting a BID shall sign the BID with his or her full name and the name and address of every member of the Partnership shall be given. A duly authorized officer(s) of a corporation submitting a BID shall sign the BID with his/her/their full name(s) attested by the corporate seal, and the names and titles of all officer(s) of the corporation shall be given on the BID.

The CITY will not consider for award more than one BID from an individual, firm, partnership, corporation, or association under the same or different names.  A conditional or qualified bid will not be accepted. The CITY may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within sixty (60) days after the actual date of the opening thereof. Should there be reasons why the CONTRACT cannot be awarded within the specified period, the time may be extended by mutual AGREEMENT between the CITY and the BIDDER.

This project is State funded. All applicable State laws (including applicable Federal embraced by the State), ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the CONTRACT throughout.  Some of the laws regarding wage rates, travel and subsistence payments, payroll records, apprentices, working hours and workers compensation are specified under the General Conditions. The CONTRACT DOCUMENTS contain the provisions required for the PROJECT. Information obtained from an officer, agent, or employee of the CITY or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve him from fulfilling any of the conditions of the CONTRACT.

Each BID must be accompanied by a BOND payable to the CITY for ten percent (10%) of the amount of the BID. Once qualifications are received, and the BID prices compared, the CITY will return the BONDS of all except the three (3) lowest responsible BIDDERS. Lowest responsible will also include “most qualified.” When the AGREEMENT is executed the BONDS of the two (2) remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the PAYMENT BOND and PERFORMANCE BOND have been executed and approved, after which it will be returned. The BID BOND must be executed on the BOND FORM included in the CONTRACT DOCUMENTS.

A PERFORMANCE BOND and a PAYMENT BOND, each in the amount of one hundred percent (100%) of the CONTRACT PRICE, with a corporate SURETY approved by the CITY, will be required for the faithful performance of the CONTRACT. The PERFORMANCE BOND and the PAYMENT BOND must be executed on the BOND FORMS included in the CONTRACT DOCUMENTS. A MAINTENANCE BOND will be required of the CONTRACTOR upon completion of the WORK, and prior to final payment. The MAINTENANCE BOND shall remain in force for a period of one (1) year after the date of “NOTICE OF COMPLETION of WORK”. Attorneys-in-fact who sign BID BONDS, MAINTENANCE BONDS, or PAYMENT BONDS and PERFORMANCE BONDS must file with each BOND a certified and effective dated copy of their power of attorney. Insurance will be required according to Section 5.21 of the General Conditions.

The party to whom the CONTRACT is awarded will be required to execute the AGREEMENT and obtain the PERFORMANCE BOND, PAYMENT BOND, and all required insurance within ten (10) calendar days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary AGREEMENT and BOND FORMS. In case of failure of the BIDDER to execute the AGREEMENT, the CITY may at its option consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the CITY.

The CITY within ten (10) calendar days of receipt of acceptable insurance, PERFORMANCE BOND, PAYMENT BOND and AGREEMENT signed by the party to whom the AGREEMENT was awarded shall sign the AGREEMENT and return to such party an executed duplicate of the AGREEMENT. Should the CITY not execute the AGREEMENT within such period, the BIDDER may by WRITTEN NOTICE withdraw his signed AGREEMENT. Such notice of withdrawal shall be effective upon receipt of notice by the CITY.

The NOTICE TO PROCEED shall be issued within ten (10) calendar days of the execution of the AGREEMENT by the CITY. Should there be reasons why the NOTICE TO PROCEED cannot be issued within such period, the time may be extended by mutual agreement between the CITY and CONTRACTOR. If the NOTICE TO PROCEED has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the CONTRACTOR may terminate the AGREEMENT without further liability on the part of either party.

The CITY may make such investigations as it deems necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish all such information and data for this purpose as the CITY may request. The CITY reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the CITY that such BIDDER is properly qualified to carry out the obligations of the AGREEMENT and to complete the WORK contemplated therein.  The CITY reserves the right to reject bids at their sole discretion.

Each BIDDER and CONTRACTOR shall be licensed in accordance with the laws of the State of California including but not limited to Chapter 9, Division 3 of the Business and Professions Code. Any BIDDER or CONTRACTOR not so licensed is subject to the penalties imposed by such law. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to his BID. Further, the BIDDER agrees to abide by the requirements under Executive Order No. 11256, as amended, including specifically the provisions of the equal opportunity clause set forth in the SUPPLEMENTAL GENERAL CONDITIONS.

The CITY requests written notification of discrepancies in, or omissions from, the CONTRACT DOCUMENTS if any are found by a BIDDER prior to submitting of bids. A voluntary pre-bid meeting will be held to answer all questions for prospective BIDDERS. The meeting will be held at the Council Chambers of the SUSANVILLE CITY HALL, 66 Lassen Street, Susanville, CA 96130 at 10:00 AM on May 2, 2019.

The CITY ENGINEER working address is 720 South Street, Susanville, CA 96130.  Staff can be contacted (530) 257-1050 or via e-mail at [email protected]

Published LCT

April 23, 30, May 7, 2019|

Request for Proposal/Qualifications

SUSANVILLE INDIAN RANCHERIA

745 JOAQUIN STREET

SUSANVILLE, CA  96130

PHONE 530-257-6264

FAX 530-257-7986

The Susanville Indian Rancheria (“Tribe”) is requesting proposals/qualifications (“RFP/Q”) by experienced firms to perform as the Project Director Consultant for the Circles of Care Project. The Circles of Care Project is a 3-year federal discretionary planning grant through the Substance Abuse and Mental Health Administration (SAMHSA) Center for Mental Health Services (CMHS) targeted specifically at enabling Indian communities to evaluate their current children’s mental health system and develop a model program based on the Systems of Care Principles. The Project Director Consultant is responsible for providing technical support and training to assist the project team in completing the required grant activities.

In order to be deemed qualified to present a proposal, the firm must have experience working in substance abuse and mental health research, specifically the Circles of Care grant program, and possess knowledge about the population of focus – Native American children and their families. The Project Director Consultant will identify service area gaps, level of service need, and advise the planning team whether targeted performance measures are being met. Indian preference will apply to the bid process.

The proposal can be submitted via email in .pdf format and with the subject line reading “PROPOSAL FOR PROJECT DIRECTOR CONSULTANT”. Proposals should be sent to [email protected].

Hard copy proposals are also acceptable and shall be received in a sealed envelope with the outside of the package clearly marked “PROPOSAL FOR PROJECT DIRECTOR CONSULTANT”.

HARD COPY PROPOSALS SHOULD BE SENT TO:

Chandra Jabbs, Grants Administrator

Susanville Indian Rancheria

745 Joaquin Street

Susanville, CA 96130

All proposals are to be received by the Susanville Indian Rancheria, 745 Joaquin Street, Susanville, CA  96130 by 2:00 P.M., Tuesday, April 30, 2019, and will be opened in the Tribal Office Conference Room at 2:30 P.M. on Tuesday, April 30, 2019 located at 745 Joaquin Street, Susanville CA  96130.

Neither the contractor nor subcontractors shall engage in or permit discrimination in employment of persons because of race, color, national origin, ancestry, or religion; provided, however, contractors are encouraged to provide Indian preference in employment and training opportunities.

A review committee will review all proposals and the top firm will be notified by May 10, 2019. For further information and a copy of the Scope of Work, contact the Susanville Indian Rancheria Grants Administrator, Chandra Jabbs, at (530) 257-6264.

Published LCT

April 30, 2019|

FICTITIOUS BUSINESS

NAME STATEMENT

NO. 2019F030 (Expires: 4/10/2024)

The following person(s) is/are doing business as: SNO MOUNTAIN.

Business Address: 586 LOWRY STREET, SUSANVILLE, CA 96130, County of Lassen. JOSE RAMON PENA, 586 LOWRY ST., SUSANVILLE, CA 96130.

This business is conducted by: An Individual. Registrant(s) has not yet begun to transact business under the fictitious business name listed herein.

Signed: /s/ Jose R. Pena.

This statement was filed in the office of the County Clerk of Lassen County on the date indicated below: Filed: April 10, 2019.

Julie M. Bustamante, County Clerk

Published: LCT, April 30, May 7, 14, 21, 2019|

FICTITIOUS BUSINESS

NAME STATEMENT

NO. 2019F031 (Expires: 4/22/2024)

The following person(s) is/are doing business as: YOUNG SING RESTAURANT. Business Address: 1350 MAIN STREET, SUSANVILLE, CA 96130, County of Lassen.

TUAN PHAM, 695 YORK WAY, SPARKS, NV 89431. This business is conducted by: An Individual. Registrant(s) has not yet begun to transact business under the fictitious business name listed herein.

Signed: /s/ Tuan Pham.

This statement was filed in the office of the County Clerk of Lassen County on the date indicated below: Filed: April 22, 2019.

Julie M. Bustamante, County Clerk

Published: LCT

April 30, May 7, 14, 21, 2019|