
Page 6 July 11, 2019
PUBLISH
YOUR
PUBLIC
NOTICES
HERE
ABANDONMENTS:
$125.00
ABC NOTICES:
$125.00
DBA
(Fictitious Business Name)
$75.00
NAME CHANGE:
$200.00
Other type of notice? Contact us
and we can give you a price.
For DBA’s email us at:
dba@heraldpublications.com
All other legal notices email us at:
legalnotices@heraldpublications.com
Any questions?
Call us at 310-322-1830
PUBLIC NOTICES
T.S. No.: 190111017
Notice Of Trustee’s Sale
Loan No.: 1803M962 Order No. 95521371
APN: 4030-021-016 You Are In Default Under
A Deed Of Trust Dated 3/14/2018. Unless You
Take Action To Protect Your Property, It May
Be Sold At A Public Sale. If You Need An
Explanation Of The Nature Of The Proceeding
Against You, You Should Contact A Lawyer.
A public auction sale to the highest bidder for
cash, cashier’s check drawn on a state or
national bank, cashier’s check drawn by a state
or federal credit union, or a cashier’s check
drawn by a state or federal savings and loan
association, or savings association, or savings
bank specified in Section 5102 of the Financial
Code and authorized to do business in this
state will be held by the duly appointed trustee
as shown below, of all right, title, and interest
conveyed to and now held by the trustee in
the hereinafter described property under and
pursuant to a Deed of Trust described below.
The sale will be made, but without covenant
or warranty, expressed or implied, regarding
title, possession, or encumbrances, to pay
the remaining principal sum of the note(s)
secured by the Deed of Trust, with interest
and late charges thereon, as provided in the
note(s), advances, under the terms of the
Deed of Trust, interest thereon, fees, charges
and expenses of the Trustee for the total
amount (at the time of the initial publication of
the Notice of Sale) reasonably estimated to be
set forth below. The amount may be greater
on the day of sale. Trustor: E33 Development,
Inc., a California Corporation Duly Appointed
Trustee: Total Lender Solutions, Inc. Recorded
3/21/2018 as Instrument No. 20180272230 in
book , page of Official Records in the office of
the Recorder of Los Angeles County, California,
Date of Sale: 7/18/2019 at 11:00 AM Place of
Sale: Behind the fountain located in Civic Center
Plaza, 400 Civic Center Plaza, Pomona, CA
Amount of unpaid balance and other charges:
$501,532.90 Street Address or other common
designation of real property: 10236 South 1st
Avenue Inglewood, CA 92102 A.P.N.: 4030-
021-016 The undersigned Trustee disclaims
any liability for any incorrectness of the street
address or other common designation, if any,
shown above. If no street address or other
common designation is shown, directions to
NOTICE INVITING BIDS
DISTRICT: HAWTHORNE SCHOOL DISTRICT
PROJECT IDENTIFICATION: Walk-in Freezer Project – Site Work &
Installation
PROJECT NO.: Bid Number FS19-20-3
MANDATORY PRE-BIDDER’S CONFERENCE
AND JOB WALK :
July 15, 2019: 9:00AM Sharp!
Hawthorne School District
13021 S. Yukon Ave
Hawthorne, CA 90250
DEADLINE FOR RFI’S: July 24, 2019; 4:00 PM
BIDS DUE BY: August 1, 2019: 2:00 PM Sharp!
Hawthorne School District
13021 S. Yukon Ave.
Hawthorne, CA 90250
RFP DOCUMENTS AVAILABLE: http://www.hawthorne.k12.ca.us/bids
NOTICE IS HEREBY GIVEN that the Hawthorne District
of Los Angeles County, California, acting by and through its
Governing Board, hereinafter referred to as the “Owner” or
“District”, will receive prior to the above stated time and date
sealed bids for the award of a Contract for the following:
Bid No. FS19-20-3 Walk-in Freezer Project – Site Work
and Installation.
All bids shall be made and presented only on the forms
presented by the Owner. Bids shall be received in the
Office of the Hawthorne School District, Purchasing
Department, at 13021 S. Yukon Ave., Hawthorne,
California 90250, and shall be opened and publicly read
aloud at the above state time and place. Any bids received
after the time specified above or after any extensions due
to material changes shall be returned unopened.
The Contract Time will be coordinated with the awarded
Contractor(s), and referenced in the Notice to Proceed.
CONTRACTOR should consult the General Conditions,
Supplementary Conditions, Drawings, and General Requirements
regarding Milestones and Liquidated Damages.
There will be a mandatory Pre-Bid Conference and Job
walk on July 15, 2019, 9:00AM Sharp! Any Contractor
bidding on the Project who fails to attend the entire mandatory
job walk and conference will be deemed as non-responsive
bidder and will have its bid returned unopened. Job walk
will immediately follow after Bidder’s conference. Please
allocate extra time due to the parking restrictions in the area.
Each bidder shall be a licensed contractor pursuant to the
California Business and Professions Code, and be licensed
to perform the work called for in the Contract Documents.
The successful bidder must possess a valid and active Class
B License at the time of bid and throughout the duration
of this Contract. The Contractor’s California State License
number shall be clearly stated on the bidder’s proposal
Subcontractors shall be licensed pursuant to California law
for the trades necessary to perform the Work called for in
the Contract Documents.
Each bid must strictly conform with and be responsive to the
Contract Documents as defined in the General Conditions.
In accordance with California Public Contract Code Section
22300, the Owner will permit the substitution of securities for
any moneys withheld by the Owner to ensure performance
under the Contract.
Small, Minority, Women, and Disabled Veteran
Business Enterprise (SBE/MBE/WBE/DVBE):
The District in an effort to encourage small,
minority, women, and disabled veteran owned
business enterprises may consider the efforts
of a Contractor to meet the goals set forth in
the RFP documents.
Prevailing wages are applicable to the Project.
These per diem rates, including holiday and
overtime work, as well as employer payments
for health and welfare, pension, vacation, and
similar purposes, are available from the Director
of the Department of Industrial Relations.
Pursuant to California Labor Code Sections
1720 et seq., it shall be mandatory upon the
Contractor to whom the Contract is awarded,
and upon any subcontractor under such Contractor,
to pay not less than the said specified
rates to all workers employed by them in the
execution of the Contract.
A contractor or subcontractor shall not be
qualified to bid on, be listed in a bid proposal,
subject to the requirements of Section 4104
of the Public Contract Code, or engage in
the performance of any contract for public
work, as defined in the Labor Code, unless
currently registered and qualified to perform
public work pursuant to Labor Code section
1725.5. It is not a violation of this section for
an unregistered 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.
The Contractor and all subcontractors shall
furnish certified payroll records as required
pursuant Labor Code section 1776 directly to
the Labor Commissioner in accordance with
Labor Code section 1771.4 on at least on a
monthly basis (or more frequently if required by
the District or the Labor Commissioner) and in a
format prescribed by the Labor Commissioner.
Monitoring and enforcement of the prevailing
wage laws and related requirements will be
performed by the Labor Commissioner/ Department
of Labor Standards Enforcement (DLSE).
Separate payment and performance bonds,
each in an amount equal to 100% of the
total Contract amount issued by a California
admitted surety as defined in California Code of
Civil Procedure Section 995.120, are required,
and shall be provided to the Owner prior to
execution of the Contract and shall be in the
form set forth in the Contract Documents.
Where applicable (including projects receiving
funding under the State School Facilities
Program), bidders must meet the requirements
set forth in Public Contract Code Section
10115 et seq., Military and Veterans Code
Section 999 et seq. and California Code of
Regulations, Title 2, Section 1896.60 et seq.
regarding Disabled Veteran Business Enterprise
(“DVBE”) Programs.
Bid Security. Each Bid Proposal shall be
accompanied by Bid Security in an amount
TEN PERCENT (10%) OF THE TOTAL BID
AMOUNT. Failure of any Bid Proposal to be
accompanied by Bid Security in the form and
in the amount required shall render such Bid
Proposal to be non-responsive and rejected
by the District.
No Withdrawal of Bid Proposals. No Bidder
shall withdraw its Bid Proposal for a period of
ninety (90) days after the award of the Contract
by the District’s Board of Education. During this
time, all Bidders shall guarantee prices quoted
in their respective Bid Proposals.
Substitute Security. In accordance with the
provisions of California Public Contract Code
§22300, substitution of eligible and equivalent
securities for any monies withheld by the District
to ensure the Contractor’s performance under
the Contract will be permitted at the request
and expense of the Contractor. The foregoing
notwithstanding, the Bidder to whom the Contract
is awarded shall have thirty (30) days following
action by the District’s Board of Education to
award the Contract to such Bidder to submit
its written request to the District to permit the
substitution of securities for retention. The failure
of the Bidder to make such written request to
the District within said thirty (30) day period
shall be deemed a waiver of the Bidder’s rights
under California Public Contract Code §22300.
Waiver of Irregularities. The District reserves
the right to reject any or all Bid Proposals or
to waive any irregularities or informalities in any
Bid Proposal or in the bidding.
Award of the Contract. The Contract for the
Work, if awarded, will be by action of the District’s
Board of Trustees to the responsible Bidder
submitting the lowest responsive Bid Proposal.
Inquiries and Clarifications. The Bidder is
advised that all inquiries and clarifications about
the Bid Documents, Drawings, Specifications,
etc., shall be submitted to the District in writing
at least eight (8) calendar days before the
bid opening date. The District will respond
at its earliest possible opportunity. Verbal
communication by either party with regard to
this matter is invalid. Inquiries shall be sent
in writing to Aneska Ines Kekula, Purchasing
Director, at ikekula@hawthorne.k12.ca.us by
July 24, 2019, at 4:00 PM
It is each bidder’s sole responsibility to ensure
its bid is timely delivered and received at the
location designated as specified above. Any
bid received at the designated location after the
scheduled closing time for receipt of bids shall
be returned to the bidder unopened.
Aneska Ines Kekula
Purchasing Director
HAWTHORNE SCHOOL DISTRICT
Los Angeles County, State of California
FOR: The Board of Trustees
Publication:
Herald Publication and Hawthorne School
District online
1st Publication: July 4, 2019
2nd Publication: July 11, 2019
http://www.hawthorne.k12.ca.us/bids
Hawthorne Press Tribune Pub. 7/4,
7/11/19
HH-26479
NOTICE TO CREDITORS OF
BULK SALE
(UCC Sec. 6105)
Escrow No. 52369-LM
NOTICE IS HEREBY GIVEN that a bulk sale
is about to be made. The name(s), business
address(es) of the Seller(s), are:
Donna-Ro Preschool, Inc., 3604 West Luther
Lane, Inglewood, CA 90305
Doing Business as: Donna-Ro Preschool, Inc.
All other business name(s) and address(es)
used by the Seller(s) within the past three
years, as stated by the Seller(s), is/are: None
The location in California of the Chief Executive
Officer of the Seller(s) is: 3604 West Luther
Lane, Inglewood, CA 90305
The name(s) and address of the Buyer(s) is/are:
Ocean-Sky, 2320 PCH, Lomita, CA 90717
The assets to be sold are described in general
as: Furniture, fixtures, equipment, inventory
of supplies, business, leasehold, leasehold
improvements, goodwill, covenant not to
compete, trade name, phone numbers, domain
name and website and are located at: 4950
West 20th St., 4946 W. 20th St., 5005 West
21st Street, Los Angeles, CA 90016
The bulk sale is intended to be consummated
at the office of: Penn Escrow, Inc., 1818 W.
Beverly Blvd., Suite 103, Montebello, CA 90640
and the anticipated sale date is 07/29/19
The bulk sale is subject to California Uniform
Commercial Code Section 6106.2 YES
The name and address of the person with
whom claims may be filed is: Penn Escrow, Inc.,
1818 W. Beverly Blvd., Suite 103, Montebello,
CA 90640 and the last date for filing claims
shall be 07/26/19, which is the business day
before the sale date specified above.
Dated: 7/2/2019
BUYER:
Ocean-Sky
/S/ By: Earit Olshansky, President
/S/ By: Marina Olshansky, Secretary
7/11/19
CNS-3271218#
Hawthorne Press Tribune Pub. 7/11/19
HH-26483
NOTICE OF PETITION TO ADMINISTER
ESTATE OF:
WILLIAM WEAVER, JR.
CASE NO. 19STPB06090
To all heirs, beneficiaries, creditors, contingent
creditors, and persons who may otherwise be
interested in the WILL or estate, or both of
WILLIAM WEAVER, JR..
A PETITION FOR PROBATE has been filed
by CLAUDIA D. EDWARDS in the Superior
Court of California, County of LOS ANGELES.
THE PETITION FOR PROBATE requests
that CLAUDIA D. EDWARDS be appointed
as personal representative to administer the
estate of the decedent.
THE PETITION requests authority to administer
the estate under the Independent Administration
of Estates Act with limited authority. (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
NOTICE INVITING BIDS
Sealed proposals will be received by the City
Clerk of the City of Hawthorne, California at the
office of the City Clerk, located on the first floor
in City Hall, 4455 West 126th Street, Hawthorne,
California until 4:00 P.M., Tuesday,
August 13, 2019.
Proposals will be publicly opened and recorded
on a Bid List at 4:15 P.M. of the same day
in the City Clerk’s Office. Bidders, as well as
the general public, are invited to view the
proceedings.
Proposals will be read at a meeting of the
City Council starting at 6:00 P.M., Tuesday,
August 13, 2019 for the following:
ALLEY IMPROVEMENT PROJECT
CDBG FUNDS (City Project # 19-01)
SCOPE OF WORK
The work consists of grinding, excavation
and removal of existing pavement and
construction of PCC pavement, curb and
gutter, sidewalks, alleys, driveways and
ADA ramps and adjustment of utilities
and all other work necessary to complete
the improvements in accordance with the
Plans and Specifications.
ESTIMATED QUANTITIES
ITEM# ITEM DESCRIPTION UNIT QUANTITY
1 Construction Survey LS 1
2 Clearing and Grubbing/Implementation of BMPs LS 1
3 Adjust Manhole(MH) Frames and Cover to Grade EA 7
4 Adjust Utility Covers to Grade EA 2
5 Excavation (unclassified) for Excess Excavation. CY 300
6 Asphalt Concrete (PG-64-16) TONS 100
ITEM# ITEM DESCRIPTION UNIT QUANTITY
7 Remove and excavate existing curb and gutter and construct new curb and gutter
per SPPWC Std. 120-2 type A2-8(200) over 6” CMB LF 200
8 Remove and excavate existing sidewalk and construct new 4” thick. sidewalk
over 4” CMB SF 1000
9 Remove and excavate existing 16” deep alley pavement (asphalt, concrete) and
base materials and construct new dowelled 8” PCC pavement over 8” CMB. SF 33,000
10 Remove and excavate existing ADA curb ramp and Construct new ADA curb
ramp over 4” CMB per SPPWC Std. 111-4 and Cal-Trans Std. A88A. SF 1,500
11 Crushed Miscellaneous Base (CMB) for Excess Backfill. CY 300
TIME OF COMPLETION
Time of completion for this project will
be 35 working days. Project must be
completed by December 30, 2019.
ENGINEER’S ESTIMATE
The engineer’s estimate for this project
is $600, 000.00
CLASSIFICATION OF CONTRACTORS
Contractors bidding this project must
possess a valid State of California A or
C-8 Contractors’ License.
MANDATORY PRE-BID JOB WALK
A mandatory pre-bid meeting/job walk
will be conducted at the Hawthorne City
Hall, Department of Public Works, Engineering
Division (second floor), and
4455 West 126th Street, Hawthorne, CA
90250 on Thursday, July 25, 2019, at
10:00 a.m. All Bidders shall sign in on the
Sign-In sheet at the job walk. All Bidders’
questions will be answered at this time
or by addenda. In addition, Bidders will
have the opportunity to tour the proposed
improvement and have an opportunity
to talk to the City’s staff concerning any
aspect of the job or the site.
SUBMISSION OF PROPOSALS
Proposals must be submitted on the
blank forms prepared and furnished for
that purpose, which may be obtained
at the office of the Hawthorne City Engineer.
Bidders may also obtain copies
of the Plans and Specifications for the
contemplated work. (See “NOTE” under
Project Information section.)
No bid will be considered unless it conforms
to the Proposal Requirements and Conditions.
The City Council of the City of Hawthorne, also
referred to as the City, reserves the right to reject
any and all proposals, waive any irregularity,
to accept any bid or portion thereof, and to
take all bids under advisement for a period of
ninety (90) calendar days after the bid opening
date. Bids must be returned in the special
envelopes provided, marked “SEALED BIDS”,
and addressed to the City Clerk.
Each proposal shall be accompanied
by one of the following forms of bidder’s
security: cash, cashier’s check,
certified check, or bidder’s bond, equal
to ten percent (10%) of the bid price. A
payment bond and a performance bond,
each in an amount equal to 100% pf the
total contract amount, shall be required
concurrently with the execution of the
contract and shall be in the form set
forth in the contract documents.
A list of subcontractors shall be submitted
with the bid on the form provided by the City.
NONDISCRIMINATION
Any contract entered into pursuant to this notice
will incorporate the provisions of the State Labor
Code. Labor Code Section 1735 requires that
no discrimination be made in the employment
of persons upon public works because of the
race, religious creed, color, national origin,
ancestry, physical handicap, medical condition,
marital status, or sex of such persons, except
as provided in Government Code Section
12940. Affirmative action to ensure against
discrimination in employment practices on the
basis of race, color, national origin, ancestry,
sex, or religion will also be required.
PERFORMANCE RETENTIONS
The successful bidder will be required
to provide for performance security as
provided by law. Requirements for performance
retentions may be satisfied by
deposit or securities specified in Section
16430 of the Government Code and in
accordance with Section 22300 of the
Public Contract Code.
CONTRACTOR REGISTRATION
A contractor or subcontractor shall not be
qualified to bid on, be listed in a bid proposal,
subject to the requirements of Section 4104
of the Public Contract Code, or engage in the
performance of any contract for public work,
unless currently registered and qualified to
perform public work pursuant to Labor Code
Section 1725.5. An unregistered contractor
may only submit a bid if 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 at the time
the contract is awarded.
WAGES AND EQUAL EMPLOYMENT
OPPORTUNITIES
This proposed Contract is under and subject
to Executive Order 11246, as amended,
of September 24, 1965, and to the Equal
Employment Opportunity (EEO) and Federal
Labor Provisions. The EEO requirements,
labor provisions, and wage rates are included
in the Specifications and Bid documents and
are available for inspection at the City Clerk’s
Office, City Hall, City of Hawthorne.
NOTICE IS FURTHER GIVEN that pursuant
to the provisions of Section 1773 of the Labor
Code of the State of California, the City Council
has obtained the general federal prevailing rate
of per diem wages in accordance with the law
to be paid for the construction of the above
entitled Works and Improvements and General
Prevailing rate for holiday and overtime work
in this locality for each craft. The schedule has
been obtained from the U.S. Department for
Housing and Urban Development for Community
Block Grant Programs of the type and
nature proposed by the City, and reference is
hereby made to copies thereof on file in the
Office of the City Engineer, which said copies
are available to any interested party upon
request. Further, a copy shall be posted at
the job site during the course of construction.
All Contractors submitting bids must conform
to current federal minimum prevailing wages.
In addition to the Contractor’s obligations as
to minimum wages rates, the Contractor shall
abide by all other provisions and requirements
stipulated in Sections 1770-1780, inclusive,
of the Labor Code of the State of California,
including, but not limited to, those dealing with
the employment of registered apprentices.
The responsibility of compliance with Section
1777.5 of the Labor Code shall be with the
prime contractor.
HUD REQUIREMENTS
The bidder shall make good faith efforts,
as defined in Title 49 of the Code of
Federal Regulations, Part 26, and the U.S.
Department for Housing and Urban Development
for Community Block Grant Programs.
The HUD has established a 28.3% MBE
and 6.9% WBE.
PROJECT INFORMATION
Plans and Specifications are available for
purchase at Hawthorne City Hall, Department
of Public Works, Engineering Division (second
floor), located at: 4455 West 126th Street,
Hawthorne, CA 90250, (310) 349-2980.
NOTE TO PROSPECTIVE BIDDERS: THE
COST OF PLANS AND SPECIFICATIONS IS
$50.00 (non-refundable). AN ADDITIONAL
$25.00 WILL BE CHARGED IF MAILING IS
NECESSARY, OR $50.00 IF U.P.S. MAILING
OPTION IS REQUIRED. (There will be no
fee required for mailing if prospective bidder
prefers to have plans and specifications sent
and billed via Bidder’s U.P.S. account number.)
If you have any questions regarding this project,
please contact Selena Acuna, Assistant Engineer,
Department of Public Works, at telephone
number (310) 349-2982, 2980.
Hawthorne Press Tribune Pub. 7/11, 7/18/19
HH-26482
the location of the property may be obtained
by sending a written request to the beneficiary
within 10 days of the date of first publication
of this Notice of Sale. 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 (877)
440-4460 or visit this Internet Web site www.
mkconsultantsinc.com, using the file number
assigned to this case 190111017. 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.
Date: 6/17/2019 Total Lender Solutions, Inc.
10951 Sorrento Valley Road, Suite 2F San
Diego, CA 92121 Phone: 866-535-3736 Sale
Line: (877) 440-4460 By: /s/ Rachel Seropian,
Trustee Sale Officer
Inglewood Daily News Pub. 6/27, 7/4, 7/11/19
HI-26472
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: 08/12/19 at 8:30AM in
Dept. 99 located at 111 N. HILL ST., LOS
ANGELES, CA 90012
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
BRENDA J. LOGAN, ESQ. - SBN 153164 ,
AW OFFICES OF BRENDA J. LOGAN, P.C.
400 CORPORATE POINTE, SUITE 300
CULVER CITY CA 90302
7/11, 7/18, 7/25/19
CNS-3271647#
Inglewood Daily News Pub. 7/11/19
HI-26484
LIEN SALE: 1995 BAYL
HULL #: USDA11CDF495
DATE OF SALE: 10 A.M. 7/22/19
ADDRESS: 6925 PARAMOUNT BLVD.
N. LONG BEACH, CA 90805
INGLEWOOD DAILY NEWS: 7/11/19
HI-26487