Plumas County-wide Public Notices for the week of 1/16/19

Superior Court of the State of California COUNTY OF SACRAMENTO

Case No. 34-2018-00246183

SUMMONS

Case Filed: December 11, 2018

Calendar Preference per CCP § 867

Filed/Endorsed

Dec. 14, 2018

By: R. Macdonald

Deputy Clerk

Xavier Becerra

Attorney General of California

Eric M. Katz (SBN 204011)

Supervising Deputy Attorney General

Janelle M. Smith

Deputy Attorney General (SBN 231801)

455 Golden Gate Avenue, Suite 11000

San Francisco, CA  94102-7004

Telephone: (415) 510-3522

Fax: (415) 703-5843

E-mail:  Janelle.Smith@doj.ca.gov

Michael Weed (SBN 199675)

Orrick, Herrington & Sutcliffe LLP

400 Capitol Mall, Suite 3000

Sacramento, CA  95814-4497

Telephone: (916) 447-9200

Fax: (916) 329-4900

Email:  mweed@orrick.com

Attorneys for California Department of Water Resources

EXEMPT FROM FILING FEES

UNDER GOVT. CODE § 6103

CALIFORNIA DEPARTMENT OF WATER RESOURCES,

Plaintiff,

v.

ALL PERSONS INTERESTED IN THE MATTER of the State Water Project Water Supply Contract Amendments for Continued Service and the Terms and Conditions Thereof  (the “Contract Extension Amendments”)

/ / /

NOTICE! YOU HAVE BEEN SUED. THE COURT MAY DECIDE AGAINST YOU WITHOUT YOUR BEING HEARD UNLESS YOU RESPOND NOT LATER THAN FEBRUARY 25, 2019, WHICH IS TEN (10) DAYS OR MORE AFTER COMPLETION OF THE PUBLICATION OF THIS SUMMONS.  READ THE INFORMATION BELOW.

AVISO! USTED HA SIDO DEMANDADO. EL TRIBUNAL PUEDE DECIDIR CONTRA USTED SIN AUDIENCIA A MENOS QUE USTED RESPONDA NO MAS TARDE QUE EL DIA 25 DE FEBRERO 2019, QUE ES DIEZ (10) DIAS O MAS DESPUES DE TERMINACION DE PUBLICACION DE ESTA CITACION JUDICIAL. LEA LA INFORMACION QUE SIGUE.

ALL PERSONS INTERESTED IN THE MATTER OF THE STATE WATER PROJECT WATER SUPPLY CONTRACT AMENDMENTS FOR CONTINUED SERVICE AND THE TERMS AND CONDITIONS THEREOF (THE “CONTRACT EXTENSION AMENDMENTS”):

Plaintiff has filed a civil complaint against you. You may contest the validity of the above matter by appearing and filing with the Court a written responsive pleading to the complaint not later than February 25, 2019, which is ten (10) days or more after the completion of the publication of this summons. Your pleading must be in the form required by the California Rules of Court.  Your original pleading must be filed in this Court with proper filing fees and proof that a copy thereof was served on Plaintiff’s attorney. Unless you so respond, your default will be entered upon Plaintiff’s application, and the Plaintiff may apply to the Court for the relief demanded in the complaint. Persons who contest the validity of the matter described below and in the complaint will not be subject to punitive action, such as wage garnishment or seizure of their real or personal property.

DETAILED SUMMARY OF THE MATTER THAT PLAINTIFF SEEKS TO VALIDATE:

The Department operates, manages, and oversees facilities that store, transport and deliver water to urban and agricultural water agencies throughout the State. Since 1960, the Department has approved, planned and constructed an integrated system of water storage and transportation and power generation facilities called the State Water Resources Development System, more commonly known as the State Water Project.

Pursuant to applicable statutes and other authorities, the Department is authorized to perform various duties and functions related to the State Water Project. Among its powers, the Department is authorized to enter into contracts for the sale, delivery, or use of water, generated through the State Water Project, to water agencies in the State. Twenty-nine (29) public water agencies (“Contractors”) currently have contracts (“Water Supply Contracts”) with the Department for delivery of water from the State Water Project. The Contractors receive water service in exchange for paying all costs that are associated with constructing, operating, and maintaining State Water Project facilities and that are attributable to water supply. The Water Supply Contracts are required to be substantially uniform with respect to their basic terms and conditions for all 29 Contractors.

The Water Supply Contracts originally included 75-year terms with ending dates that ranged from November 4, 2035 to August 31, 2042, depending on when each specific Water Supply Contract was executed. Article 4 of the Water Supply Contracts provides that the Contractors, by written notice to the Department at least six (6) months prior to the end of the term of the particular Water Supply Contract in question (as specified in Article 2), may elect to receive continued service under the Water Supply Contracts under certain conditions.  In accordance with Article 4, the Department initiated a process to amend the Water Supply Contracts in order to maintain the financial integrity of the State Water Project.

On December 11, 2018, the Department’s Director approved the “Amendments for Continued Service and the Terms and Conditions Thereof,” referred to herein as the Contract Extension Amendments. The Contract Extension Amendments extend the terms of the Water Supply Contracts to 2085, and amend other financial provisions in the Contracts to ensure that the State Water Project is properly managed and financed. A model form of the Contract Extension Amendments is attached to the Department’s validation complaint as Exhibit A.

The Department brought this validation action to confirm the legality and validity of the Contract Extension Amendments and the proceedings related thereto. The validation complaint, the accompanying exhibit, and a copy of this Summons are available on the Department’s internet website. Attorneys for the Department, identified below, also can be contacted to obtain these documents.

YOU MAY SEEK THE ADVICE OF AN ATTORNEY IN ANY MATTER CONNECTED WITH THE COMPLAINT OR THIS SUMMONS.  SUCH ATTORNEY SHOULD BE CONSULTED PROMPTLY SO THAT YOUR PLEADING MAY BE FILED OR ENTERED WITHIN THE TIME REQUIRED BY THIS SUMMONS.

SI USTED DESEA SOLICITAR EL CONSEJO DE UN ABOGADO EN ESTE ASUNTO, DEBERIA HACERLO INMEDIATAMENTE. TAL ABOGADO DEBERIA SER CONSULTADO PRONTO PARA QUE SU REPUESTA ESCRITA PUEDA SER REGISTRADA DENTRO DEL TIEMPO REQUERIDO POR ESTA CITACION JUDICIAL.

The name and address of the Court is (el nombre y direccion del Tribunal es):

Superior Court of the State of California, County of Sacramento

Gordon D. Schaber Sacramento County Courthouse

720 9th Street

Sacramento, CA  95814

CASE NUMBER (Número del Caso):

34-2018-00246183

The name, address, and telephone number of Plaintiff’s attorneys are (el nombre, la dirección y el número de telèfono del abogado del demandante, o del demandante que no tiene abogado, es):

Eric M. Katz (SBN 204011)

Supervising Deputy Attorney General

Janelle M. Smith (SBN 231801)

Deputy Attorney General

455 Golden Gate Avenue, Suite 11000

San Francisco, CA  94102-7004

Telephone: (415) 510-3522

Michael Weed (SBN 199675)

ORRICK, HERRINGTON & SUTCLIFFE LLP

400 Capitol Mall, Suite 3000

Sacramento, California 95814

Telephone: (916) 447-9200

Superior Court Clerk

Dated: Dec. 14, 2018

(Fecha)

(Delgato)

Clerk, by: R. Macdonald, Deputy

(Actuario)

[SEAL]

[SELLO]

Published FRB, IVR, PR, CP

Jan. 2, 9, 16, 2019|

 

 

 

Abandons business name

STATEMENT OF

ABANDONMENT OF USE OF

FICTITIOUS BUSINESS NAME

The following person has abandoned the following Fictitious Business Name: BONE YARD, THE.

Business Address: 318 ANN STREET, GREENVILLE, CA 95947, County of Plumas.

KATHERYN CAMPBELL, 318 ANN STREET, GREENVILLE, CA 95947.

This business was conducted by an Individual.

Original Fictitious Business Name File Number: 2014-0000175.

Original Filing Date: 7/11/2014.

This statement was filed with the County Clerk of Plumas County on date indicated below.

Filed: Nov. 29, 2018.

Kathy Williams, County Clerk

By Sue Clift, Deputy.

Published FRB, IVR, PR, CP

Jan. 2, 9, 16, 23, 2019|

 

 

 

FICTITIOUS BUSINESS

NAME STATEMENT

  1. 2018-0000275

(Expires: 12/3/2023)

The following person(s) is/are doing business as: LAKEHOUSE FLORAL DESIGN & RENTALS, THE

Business Address: 1117 PENINSULA DRIVE, LAKE ALMANOR, CA 96137, County of Plumas; (925) 787-5776.

Mailing Address: 1117 PENINSULA DRIVE, LAKE ALMNAOR, CA 96137.

LYNN WIMER, 1117 PENINSULA DRIVE, LAKE ALMANOR, CA 96137.

This business is conducted by: An Individual.

The registrant(s) commenced to transact business under the above name(s) on 12/3/2018.

Signed: /s/ Lynn Wimer.

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

Filed: Dec. 3, 2018

Kathy Williams, County Clerk

By: Julie Hagwood, Deputy

Published: FRB, IVR, PR, CP

Jan. 2, 9, 16, 23, 2019|

 

 

 

Abandons business name

STATEMENT OF

ABANDONMENT OF USE OF

FICTITIOUS BUSINESS NAME

The following person has abandoned the following Fictitious Business Name: PAW SPA & GROOMING

Business Address: 2176 EAST MAIN STREET, QUINCY, CA 95971, County of Plumas.

SANDRA CARR, 714 WEST MAIN, QUINCY, CA 95971.

This business was conducted by an Individual.

Original Fictitious Business Name File Number: 2014-0000188.

Original Filing Date: 8/04/2014.

Signed: Sandra Carr

This statement was filed with the County Clerk of Plumas County on date indicated below.

Filed: Dec. 31, 2018.

Kathy Williams, County Clerk

By Sue Clift, Deputy.

Published FRB, IVR, PR, CP

Jan. 9, 16, 23, 30, 2019|

 

 

 

FICTITIOUS BUSINESS

NAME STATEMENT

  1. 2018-0000276

(Expires: 12/4/2023)

The following person(s) is/are doing business as: MC CLAIN’S MOBILE DJ.

Business Address: 1306 GRASSLAND ROAD, DAYTON, NV 89403; (775) 246-4550.

Mailing Address: 1306 GRASSLAND ROAD, DAYTON, NV 89403.

MICHAEL SCHROEDER, 1306 GRASSLAND ROAD, DAYTON, NV 89403, State: NV AI#: 24722018; TRACY SCHROEDER, 1306 GRASSLAND ROAD, DAYTON, NV 89403, State: NV  AI#: 20180021420.

This business is conducted by: A Limited Liability Company.

The registrant(s) commenced to transact business under the above name(s) on 12/4/2018.

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

Filed: Dec. 4, 2018

Kathy Williams, County Clerk

By: Sue Clift, Deputy

Published: FRB, IVR, PR, CP

Jan. 16, 23, 30, Feb. 6, 2019|

 

 

 

NOTICE TO CONTRACTORS CALLING FOR BIDS

NOTICE IS HEREBY GIVEN that the Plumas Unified School District (“District”), acting by and through its Board of Trustees, hereinafter referred to as the DISTRICT will receive up to, but not later than 2:00 p.m. on Wednesday, February 6, 2019, sealed bids for the award of a contract for the Plumas Unified School District (PUSD) Rehabilitation of the District Office at 50 Church St., Bid Package PU2018.3.4 Electrical. Bids shall be received at the Plumas Unified School District office located at 1446 East Main Street, Quincy, CA 95971 and shall be opened and publicly read aloud at the above-stated time and place. Responses must be sealed and clearly marked “Rehabilitation of the District Office at 50 Church St., Bid Package PU2018.3.4 Electrical”. Facsimile copies of the bid will not be accepted.

Each bid must conform and be responsive to this Notice to Contractors, the Information for Bidders, and all other documents comprising the pertinent Contract Documents. All interested parties may obtain a copy of the bid package from the Plumas Unified School District office located at 1446 East Main Street, Quincy, CA 95971 or via email request to kevin@crmgroupca.com

The successful bidder shall commence work on or before February 25, 2019 and will be allotted 45 calendar days to complete this bid package. All work for all disciplines shall be completed on or before June 8, 2019. There will be a pre-bid walk at 50 Church St, Quincy, CA, at 2:00 p.m. on Friday, January 25, 2019.

In contracts involving expenditures in excess of $25,000.00, the successful bidder shall file a payment bond issued by an admitted Surety authorized to conduct business in California, in the form set forth in the Contract Documents.  A payment bond may be required for contracts involving smaller expenditures at the option of the District.

All forms must be completed, signed, and returned with the bid. The contract award will be based on the lowest responsive and responsible bidder. The lowest bid shall be the lowest total of the bid prices on the base contract. Minority, women, and disabled veteran contractors are encouraged to submit bids.

The contract is for a public work.  Contractor and any subcontractor shall pay all workers on the project at least the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations (“DIR”) pursuant to Labor Code section 1770 et seq.  Prevailing wage rates are available from the District or online at: http://www.dir.ca.gov.

No contractor or subcontractor may be listed on a bid proposal or awarded a contract for public work unless currently registered with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR.

Each bidder shall be a licensed contractor at the time the bid pursuant to the Business and Professions Code and such license(s) shall remain in active and good standing for the duration of the contract. The bidder shall be licensed in one or more the following classifications: California C7/C10 license in good standing.

Signed: D. Kevin Nolen, Construction Manager for

PLUMAS UNIFIED SCHOOL DISTRICT

1446 East Main St., Quincy, CA 95971

Published FRB, IVR, PR, CP

Jan. 16, 23, 2019|

 

 

 

NOTICE TO CONTRACTORS CALLING FOR BIDS

NOTICE IS HEREBY GIVEN that the Plumas Unified School District (“District”), acting by and through its Board of Trustees, hereinafter referred to as the DISTRICT will receive up to, but not later than 2:00 p.m. on Wednesday, February 6, 2019, sealed bids for the award of a contract for the Plumas Unified School District (PUSD) Rehabilitation of the District Office at 50 Church St., Bid Package PU2018.3.3 HVAC. Bids shall be received at the Plumas Unified School District office located at 1446 East Main Street, Quincy, CA 95971 and shall be opened and publicly read aloud at the above-stated time and place. Responses must be sealed and clearly marked “Rehabilitation of the District Office at 50 Church St., Bid Package PU2018.3.3 HVAC”. Facsimile copies of the bid will not be accepted.

Each bid must conform and be responsive to this Notice to Contractors, the Information for Bidders, and all other documents comprising the pertinent Contract Documents. All interested parties may obtain a copy of the bid package from the Plumas Unified School District office located at 1446 East Main Street, Quincy, CA 95971 or via email request to kevin@crmgroupca.com

The successful bidder shall commence work on or before February 25, 2019 and will be allotted 35 calendar days to complete this bid package. All work for all disciplines shall be completed on or before June 8, 2019. There will be a pre-bid walk at 50 Church St, Quincy, CA, at 2:00 p.m. on Friday, January 25, 2019.

In contracts involving expenditures in excess of $25,000.00, the successful bidder shall file a payment bond issued by an admitted Surety authorized to conduct business in California, in the form set forth in the Contract Documents. A payment bond may be required for contracts involving smaller expenditures at the option of the District.

All forms must be completed, signed, and returned with the bid. The contract award will be based on the lowest responsive and responsible bidder. The lowest bid shall be the lowest total of the bid prices on the base contract. Minority, women, and disabled veteran contractors are encouraged to submit bids.

The contract is for a public work.  Contractor and any subcontractor shall pay all workers on the project at least the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations (“DIR”) pursuant to Labor Code section 1770 et seq.  Prevailing wage rates are available from the District or online at: http://www.dir.ca.gov.

No contractor or subcontractor may be listed on a bid proposal or awarded a contract for public work unless currently registered with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR.

Each bidder shall be a licensed contractor at the time the bid pursuant to the Business and Professions Code and such license(s) shall remain in active and good standing for the duration of the contract. The bidder shall be licensed in one or more the following classifications: California C20/C43 license in good standing.

Signed: D. Kevin Nolen, Construction Manager for

PLUMAS UNIFIED SCHOOL DISTRICT

1446 East Main St., Quincy, CA 95971

Published FRB, IVR, PR, CP

Jan. 16, 23, 2019|

 

 

 

NOTICE TO CONTRACTORS CALLING FOR BIDS

NOTICE IS HEREBY GIVEN that the Plumas Unified School District (“District”), acting by and through its Board of Trustees, hereinafter referred to as the DISTRICT will receive up to, but not later than 2:00 p.m. on Wednesday, February 6, 2019, sealed bids for the award of a contract for the Plumas Unified School District (PUSD) Rehabilitation of the District Office at 50 Church St., Bid Package PU2018.3.2.2 – Interior Framing.  Bids shall be received at the Plumas Unified School District office located at 1446 East Main Street, Quincy, CA 95971 and shall be opened and publicly read aloud at the above-stated time and place. Responses must be sealed and clearly marked “Rehabilitation of the District Office at 50 Church St., Bid Package PU2018.3.2.2 – Interior Framing”. Facsimile copies of the bid will not be accepted.

Each bid must conform and be responsive to this Notice to Contractors, the Information for Bidders, and all other documents comprising the pertinent Contract Documents.  All interested parties may obtain a copy of the bid package from the Plumas Unified School District office located at 1446 East Main Street, Quincy, CA 95971 or via email request to kevin@crmgroupca.com

The successful bidder shall commence work on or before February 25, 2019 and will be allotted 25 calendar days to complete this bid package. All work for all disciplines shall be completed on or before June 8, 2019.  There will be a pre-bid walk at 50 Church St, Quincy, CA, at 2:00 p.m. on Friday, January 25, 2019.

In contracts involving expenditures in excess of $25,000.00, the successful bidder shall file a payment bond issued by an admitted Surety authorized to conduct business in California, in the form set forth in the Contract Documents. A payment bond may be required for contracts involving smaller expenditures at the option of the District.

All forms must be completed, signed, and returned with the bid. The contract award will be based on the lowest responsive and responsible bidder. The lowest bid shall be the lowest total of the bid prices on the base contract. Minority, women, and disabled veteran contractors are encouraged to submit bids.

The contract is for a public work.  Contractor and any subcontractor shall pay all workers on the project at least the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations (“DIR”) pursuant to Labor Code section 1770 et seq.  Prevailing wage rates are available from the District or online at: http://www.dir.ca.gov.

No contractor or subcontractor may be listed on a bid proposal or awarded a contract for public work unless currently registered with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR.

Each bidder shall be a licensed contractor at the time the bid pursuant to the Business and Professions Code and such license(s) shall remain in active and good standing for the duration of the contract.  The bidder shall be licensed in one or more the following classifications: California General B, C5 license in good standing.

Signed: D. Kevin Nolen, Construction Manager for

PLUMAS UNIFIED SCHOOL DISTRICT

1446 East Main St., Quincy, CA 95971

Published FRB, IVR, PR, CP

Jan. 16, 23, 2019|

 

 

 

NOTICE TO CONTRACTORS CALLING FOR BIDS

NOTICE IS HEREBY GIVEN that the Plumas Unified School District (“District”), acting by and through its Board of Trustees, hereinafter referred to as the DISTRICT will receive up to, but not later than 2:00 p.m. on Wednesday, February 6, 2019, sealed bids for the award of a contract for the Plumas Unified School District (PUSD) Rehabilitation of the District Office at 50 Church St., Bid Package PU2018.3.5 Plumbing. Bids shall be received at the Plumas Unified School District office located at 1446 East Main Street, Quincy, CA 95971 and shall be opened and publicly read aloud at the above-stated time and place. Responses must be sealed and clearly marked “Rehabilitation of the District Office at 50 Church St., Bid Package PU2018.3.5 Plumbing”. Facsimile copies of the bid will not be accepted.

Each bid must conform and be responsive to this Notice to Contractors, the Information for Bidders, and all other documents comprising the pertinent Contract Documents. All interested parties may obtain a copy of the bid package from the Plumas Unified School District office located at 1446 East Main Street, Quincy, CA 95971 or via email request to kevin@crmgroupca.com

The successful bidder shall commence work on or before February 25, 2019 and will be allotted 45 calendar days to complete this bid package. All work for all disciplines shall be completed on or before June 8, 2019. There will be a pre-bid walk at 50 Church St, Quincy, CA, at 2:00 p.m. on Friday, January 25, 2019.

In contracts involving expenditures in excess of $25,000.00, the successful bidder shall file a payment bond issued by an admitted Surety authorized to conduct business in California, in the form set forth in the Contract Documents.  A payment bond may be required for contracts involving smaller expenditures at the option of the District.

All forms must be completed, signed, and returned with the bid. The contract award will be based on the lowest responsive and responsible bidder. The lowest bid shall be the lowest total of the bid prices on the base contract. Minority, women, and disabled veteran contractors are encouraged to submit bids.

The contract is for a public work. Contractor and any subcontractor shall pay all workers on the project at least the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations (“DIR”) pursuant to Labor Code section 1770 et seq.  Prevailing wage rates are available from the District or online at: http://www.dir.ca.gov.

No contractor or subcontractor may be listed on a bid proposal or awarded a contract for public work unless currently registered with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR.

Each bidder shall be a licensed contractor at the time the bid pursuant to the Business and Professions Code and such license(s) shall remain in active and good standing for the duration of the contract.  The bidder shall be licensed in one or more the following classifications: California C36 license in good standing.

Signed: D. Kevin Nolen, Construction Manager for

PLUMAS UNIFIED SCHOOL DISTRICT

1446 East Main St., Quincy, CA 95971

Published FRB, IVR, PR, CP

Jan. 16, 23, 2019|