42 MONTEREY COUNTY WEEKLY JUNE 12-18, 2025 www.montereycountynow.com classifieds Legal Notices FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250850. The following person is doing business as LA BARRANCA SPICE BLENDS LLC at 438 Salinas St, Salinas, CA 93901. La Cortina LLC, PO Box 2555, Salinas, CA 93902. This statement was filed with the Clerk of Monterey County on May 05, 2025. Registrant commenced to transact business under the fictitious business name or names listed above on Apr. 11, 2025. Signed Maria Maravilla, Managing Member. This business is conducted by a limited liability company. Publication dates: May 29, June 5, 12, 19, 2025. FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250888. The following person is doing business as ROOTERS AND LINERS PRO PLUMBING at 446 Alta St #B, Gonzales, CA 93926. Local Plumbing Service LLC, PO Box 371, Gonzales, CA 93926. This statement was filed with the Clerk of Monterey County on May 09, 2025. Registrant commenced to transact business under the fictitious business name or names listed above on May 09, 2025. Signed Juan Pablo Rico Sanchez, Manager. This business is conducted by a limited liability company. Publication dates: May 22, 29, June 5, 12, 2025. FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250937. The following person is doing business as LA ESTRELLA MULTI SERVICES & INCOME TAX at 1760 Fremont Blvd, Suite G-3, Seaside, CA 93955. Maria Rosario Albarran Gurrola, same address. This statement was filed with the Clerk of Monterey County on May 19, 2025. Registrant commenced to transact business under the fictitious business name or names listed above in 2012. Signed Maria Albarran. This business is conducted by an individual. Publication dates: May 22, 29, June 5, 12, 2025. FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250704. The following person is doing business as BYRON AUTO BODY at 218 Boronda Rd D6, Salinas, CA 93907. Bydam Enterprises, LLC, 2073 Santa Rita St, Apt 1, Salinas, CA 93906. This statement was filed with the Clerk of Monterey County on Apr. 11, 2025. Registrant commenced to transact business under the fictitious business name or names listed above on Mar. 14, 2025. Signed Byron A. Lechado, Manager. This business is conducted by a limited liability company. Publication dates: May 22, 29, June 5, 12, 2025. FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250806. The following person is doing business as CATRACHA’S FASHION at 443 E. Alisal, Salinas, CA 93905. Erlin Eneyda Gomez Ocampo at 443 E. Alisal, Salinas, CA 93905. This statement was filed with the Clerk of Monterey County on Apr. 29, 2025. Registrant commenced to transact business under the fictitious business name or names listed above in 2020. Signed Erlin E. Gomez Ocampo. This business is conducted by an individual. Publication dates: May 22, 29, June 5, 12, 2025. FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250918. The following person is doing business as DLC WELDING MANUFACTURING at 901 Harkins Rd, Suite L, Salinas, CA 93901. Ronald De La Cruz Garcia, same address. This statement was filed with the Clerk of Monterey County on May 15, 2025. Registrant commenced to transact business under the fictitious business name or names listed above on May 15, 2025. Signed Ronald De La Cruz Garcia. This business is conducted by an individual. Publication dates: May 22, 29, June 5, 12, 2025. FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250746. The following person is doing business as ¡QUE RICO! 831 BUFFET & TACOS at 859 N. Madeira Ave, Salinas, CA 93905. Susana Mazon, same address. This statement was filed with the Clerk of Monterey County on Apr. 17, 2025. Registrant commenced to transact business under the fictitious business name or names listed above on Apr. 17, 2025. Signed Susana Mazon. This business is conducted by an individual. Publication dates: May 22, 29, June 5, 12, 2025. FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250832. The following person is doing business as LA OAXAQUEÑA at 515 E. Alisal Suite E, Salinas, CA 93905. Alejandrina Diaz Bailon, 1145 Hamilton Ave Apt B, Seaside, CA 93955. This statement was filed with the Clerk of Monterey County on May 02, 2025. Registrant commenced to transact business under the fictitious business name or names listed above on Dec. 03, 2017. Signed Alejandrina Diaz Bailon. This business is conducted by an individual. Publication dates: May 22, 29, June 5, 12, 2025. FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250909. The following person is doing business as PENINSULA PACK AND MOVE; PENINSULA PACKING AND MOVING SERVICES at 8730 Dyer Rd, Salinas, CA 93907. Leticia Miraldeyi Ramos-Acevedo, same address. This statement was filed with the Clerk of Monterey County on May 13, 2025. Registrant commenced to transact business under the fictitious business name or names listed above on May 01, 2025. Signed Leticia Miraldeyi Ramos Acevedo. This business is conducted by an individual. Publication dates: May 22, 29, June 5, 12, 2025. FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250863. The following person is doing business as SCENIC ROUTE ADVOCACY at 1260 Cantera Ct, Pebble Beach, CA 93953. Kilene Michelle Brosseau, PO Box 1340, Pebble Beach, CA 93953. This statement was filed with the Clerk of Monterey County on May 06, 2025. Registrant commenced to transact business under the fictitious business name or names listed above on N/A. Signed Kilene Brosseau. This business is conducted by an individual. Publication dates: May 22, 29, June 5, 12, 2025. FICTITIOUS BUSINESS NAME STATEMENT: File No. 20250913. The following person is doing business as VASQUEZ CLEANING SERVICE at 1212 Echo Ave Apt Q, Seaside, CA 93955. Saira Vasquez, same address. This statement was filed with the Clerk of Monterey County on May 14, 2025. Registrant commenced to transact business under the fictitious business name or names listed above on N/A. Signed Saira Vasquez Diaz. This business is conducted by an individual. Publication dates: May 22, 29, June 5, 12, 2025. STATEMENT OF ABANDONMENT OF USE OF FICTITIOUS BUSINESS CITY OF SEASIDE NOTICE INVITING BIDS FORT ORD MILITARY RESERVATION PROPERTY DEMOLITION PROJECT PHASE 1B (RE-BID) ARTICLE 1 – INVITATION TO BID 1. PUBLIC NOTICE IS HEREBY GIVEN: that the City of Seaside will receive Bid proposals electronically via the City’s e‑Procurement Portal, PlanetBids, until 3:00 pm on Thursday, June 19th, 2025 (“Bid Opening Date), at which time they will be electronically opened, read, and publicly available on the City’s e‑Procurement Portal. 2. Project Description: This project includes the work to furnish all labor, services, material, tools, equipment, supplies, transportation, utilities, skills, and all other items and facilities necessary for the completion of the Fort Ord Military Reservation Property Demolition Project Phase 1B. The Work generally consists of decon‑ tamination, demolition, removal, and proper disposal of select buildings, structures, parking lots, improvements, utilities, and select vegetation located at: a. S elect portions of the Fire Station lot located at 4400 General Jim Moore Boulevard, south of Lightfighter Drive (440 sq‑ft structure, 5,600 sq‑ft of asphalt concrete pavement, miscellaneous Portland cement concrete improvements, and associated base materials); b. T he abandoned Fast Food Restaurant and its prop‑ erty located at 4401 General Jim Moore Boulevard and Gigling Road (4,000 sq‑ft structure and 56,000 sq‑ft asphalt concrete pavement, miscellaneous Portland cement concrete improvements, associ‑ ated base materials) and onsite utility demolition and removal (water services, sewer laterals, gas service); c. T he parking lot ‘A’ located at the westerly corner of Gigling Road and Malmedy Road (159,000 sq‑ft asphalt concrete pavement, miscellaneous Portland cement concrete improvements, associ‑ ated base materials) and onsite utility demolition and removal (storm drains and water services); d. T he ‘Surplus II’ area north of Gigling Road, and between Malmedy Road and Arhem Road (42,000 sq‑ft of asphalt concrete pavement, miscellaneous Portland cement concrete improvements, asso‑ ciated base materials), and various utility service removals (water, gas, telecom, sewer, electrical) assumed to be abandoned‑in‑place previously as part of the previous structure demolition projects; e. T he Chapel and associated parking lot to the west located at the intersection of Malmedy Road and north of Colonel Durham Street (11,000 sq‑ft asphalt concrete and 15,000 sq‑concrete pave‑ ment, miscellaneous Portland cement concrete improvements, associated base materials, 8,000 sq‑ft structure) and onsite utility demolition and removal (storm drains, water services, sewer laterals, gas service, electrical service, telecom service); f. T he parking lot ‘B’ located between Arnhem Road and Parker Flats Cut Off Road to the west and east, and Gigling Road and Colonel Durham Street to the south and north (92,000 sq‑ft of asphalt concrete pavement, miscellaneous Portland cement concrete improvements, and associated base materials), and onsite utility demolition and removal (storm drains); and g. T he ‘East Parker Flats Cut Off Road Demolition Area” area and including the 6th Ave. Parking Lot, north of Gigling Road, and between Parker Flats Cut Off Road to the west and 6th Avenue to the east (142,000 sq‑ft of asphalt concrete pavement, miscellaneous Portland cement concrete improve‑ ments, and associated base materials), and var‑ ious utility service removals (water services and mains, sewer mains and manholes, gas services) assumed to be abandoned‑in‑place previously as part of previous structure demolition projects. T he demolition work shall include removal and disposal of the subject structures in their entirety to include roof structures, exterior walls, interior walls, concrete slabs and foundations, windows, doors, plumbing, mechanical, communications, and electrical systems. The site work includes removal and disposal of asphalt concrete parking lots, concrete, retaining walls, steps, excavation and backfill/fill, disconnection, capping, remov‑ al, and disposal of water, wastewater, gas, and electrical utilities, rough grading for mitigating safety concerns and facilitating drainage, and hydroseeding for final soil stabilization. T he Work includes hazardous materials removal and proper disposal, including asbestos, lead‑based paint and/or materials, lead containing paint, universal waste, suspect polychlorinated biphenyls (PCBs), and other hazardous materials. The Project footprint also includes asbestos cement pipe (ACP) on‑site and below‑grade. Proper handling of all hazardous materials including pressure treated wood, biohazards, refrigerants, chemicals, gases, etc. shall be the contractor’s responsibility. 3. M ANDATORY PRE‑BID CONFERENCE: A mandatory pre‑bid conference shall be held Tuesday, June 10th, 2025 at 10:00 am, at the abandoned Burger King Fast Food Restaurant (4401 General Jim Moore Blvd, Seaside, CA 93955). Bidder is responsible to check PlanetBids for any updates to the status of the meeting. A reduced version of this project went to bid in January of this year. Bidders who attended either the Thursday January 9th Mandatory Pre‑Bid Site Conference, or this June 10th Mandatory Pre‑Bid Conference will be considered eligible to bid this project. 4 PROCUREMENT OF BIDDING DOCUMENTS: Specifications and instruction to Bidders and all necessary con‑ tract documents and forms are available online at the City’s e‑Procurement Portal, PlanetBids (https://vendors.planetbids.com/portal/73033/ portal‑home). In order to download project docu‑ ments, the Bidder must register as a vendor, at no cost, through the City’s e‑Procurement Portal. Potential Bidders, Subcontractors, and supplies are responsi‑ ble for reviewing the complete bidding documents, including all addenda, prior to submitting their bid via PlanetBids. They are also advised to check the City’s e‑Procurement Portal periodically and prior to submit‑ ting their bid. Prior to the Bid Opening Date, bids may be withdrawn through the City’s e‑Procurement Portal by means of the responding Contractor “unsubmitting” their proposal in PlanetBids. After withdrawing a pre‑ viously submitted proposal, the responding Contractor may submit another proposal at any time up to the deadline for submitting proposals. 5. INSTRUCTIONS: The quantities shown in the proposal forms are approximate only and given as a basis for the comparison of bids. The City does not expressly or by implication assert that the actual amount of work will correspond herewith and reserves the right to increase or decrease the amount of any portion of the work or to omit portions of the work as may be deemed necessary. E ach bid must be accompanied by the prescribed bid bond in the amount equal to 10% of the bid. At the time of bid, a copy of the bid bond shall be uploaded in Planet Bids. The three lowest Bidders must also submit the original certified check, cashier’s check, or bid bond, which must be received by the City no later than 4 pm, five (5) calendar days following the bid opening date. The successful Bidder shall furnish a Labor and Materials Bond, a Performance Bond, and a Surety Bond. T he successful Bidder will be required to secure a City Business License before commencing work on the project and must possess a Class A General Contractors license at time of bid. N otice is also hereby given that all Bidders may be required to furnish a sworn statement of their financial responsibility, technical ability and experience before award is made to any particular Bidder. 6. P REVAILING WAGE LAW: This is a prevailing wage job. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in Monterey County, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates, available from the California Department of Industrial Relations’ Internet web site at www.dir.ca.gov/oprl/2024‑2/PWD/index.htm. 7. C ONTRACTOR REGISTRATION REQUIREMENTS: Subject to the requirements of Section 4104 of the Public Contract Code, a Contractor or Subcontractor shall not be qualified to bid on, be listed in a bid proposal, or engage in the performance of any con‑ tract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unreg‑ istered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code, or by Section 10164 or 20103.5 of the Public Contract Code provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. This project is subject to compli‑ ance monitoring and enforcement by the Department of Industrial Relations. Provision is made for security substitution on payment withholdings as provided in Public Contract Code Sections 22200 and 22300. 8. R ESERVATION OF RIGHTS: The City specifically reserves the right, in its sole discretion, to reject any or all Bids, to re‑bid, or to waive minor irregularities or inconsequential defects in bidding. ARTICLE 2 – LEGAL REQUIREMENTS 1. R EQUIRED CONTRACTOR’S LICENSE(S): The following license(s) and certification(s) are required of the prime contractor to bid this contract. A. C alifornia “Class A – General Engineering” with ASB – Asbestos Certification and HAZ – Hazardous Substance Removal Certification or; B. C alifornia “Class C‑21 Building Moving/Demolition Contractor” and California “Class C‑22 Asbestos Abatement Contractor”. P rime contractors who do not hold the C‑22 classification or the §7058.5 asbestos certification and DOSH registration may bid on projects that include asbestos abatement work as long as they hold a subcontract with and the work is performed by an asbestos abatement contractor who is duly and properly licensed to perform such work. All subcontracting shall be subject to the rules and regulations of the California Contractors State License Board (CSLB). 2. L OWEST BID DETERMINATION: The determination of lowest bid shall be based upon: Base Contract Bid Only 3. P REVAILING WAGE LAWS: The successful Bidder must comply with all prevailing wage laws applicable to the Project, and related requirements contained in the Contract Documents. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of lndustrial Relations, are on file at (http:ll‑ www.dir.ca.govlOPRLlPWDlindex.htm) and are deemed included in the Bidding Documents. Upon request, Owner will make available copies to any interested party. ln addition, the successful Bidder shall post the applicable prevailing wage rates at the Site. 4. C ONTRACTOR REGISTRATION REQUIREMENTS: No contractor or subcontractor may be listed on a bid proposal for a public works project or may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 5. N OTICE OF COMPLIANCE MONITORING: This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
RkJQdWJsaXNoZXIy MjAzNjQ1NQ==