
Page 2 June 7, 2018
Entertainment
Soccer Brings Hope in Ultimate Underdog Story The Workers Cup
See Film Review, page 7
By H. Nelson Tracey
for www.cinemacy.com
In the documentary world, we often get one
of two types of stories: the broad-stroked tale
of a massive issue, or an intimate slice of life
of ultra-specific characters. Occasionally, we
get a film that manages to merge the two,
which ends up telling a much richer story. We
have one of these cinematic hybrids with The
Workers Cup, opening at the Laemmle Monica
Film Center on June 8.
Doha, Qatar is scheduled to be the home
of the 2022 FIFA World Cup. Since receiving
the controversial bid, there has been a general
awareness that the working conditions while
building this massive infrastructure borders
on modern slavery. The stadium workers are
immigrants, coming from poor countries in
all directions. Their rights as workers are
nonexistent, and notably missing two vital
freedoms: the freedom to quit and the freedom
to change jobs freely -- freedoms we don’t
even recognize as such in the U.S.
The Workers Cup profiles one of these workers
at the Gulf Contracting Company (GCC), a
group focusing on construction. In an effort
Film Review
PUBLIC NOTICES
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,
ESTIMATED QUANTITIES
July10, 2018. 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, July
10, 2018 for the following:
Prairie Ave. Improvement Project
Phase I,(City Project # 13-04)
MTA S.B.M.R. Highway Program (MR
312.47 & P00F7101)
Federal Project # HSIPL 5253(020),
STPL and CDBG Funds
ITEM# ITEM DESCRIPTION UNIT QUANTITY
1 Clearing and grubbing / BMP LS 1
2 Excavation (unclassified) CY 1,000
3
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 1,500
4
Remove existing sidewalk and construct new 4” thick PCC
sidewalk with 4” CMB
SF 6,500
5 Remove and excavate existing ADA curb ramp and construct
new 4” ADA ramp over 4” CMB per SPPWC Std. 111-4
SF 12,000
6 Curb drain EA 1
7 Traffic Signing, Striping, Markings and Pavement Markers LS 1
8
Traffic Signal construction at the intersection of Prairie and
118th St. including labor, potholing, and materials complete per
Plan and Specification.
LS 1
9
Traffic Signal construction at the intersection of Prairie and
Broadway including labor, potholing, and materials complete
per Plan and Specification
LS 1
10
Traffic Signal construction at the intersection of Prairie and El
Segundo Blvd. including labor, potholing, and materials complete
per Plan and Specification
LS 1
11
Traffic Signal construction at the intersection of Prairie and
132nd St. including labor, potholing, and materials complete per
Plan and Specification
LS 1
12
Traffic Signal construction at the intersection of Prairie and
135th St. including labor, potholing, and materials complete per
Plan and Specification
LS 1
13
Traffic Signal construction at the intersection of Prairie and
137th St. including labor, potholing, and materials complete per
Plan and Specification
LS 1
14
Traffic Signal construction at the intersection of Prairie and
139th St. including labor, potholing, and materials complete per
Plan and Specification
LS 1
15
Traffic Signal construction at the intersection of Prairie and
Rosecrans Ave. including labor, potholing, and materials complete
per Plan and Specification
LS 1
16
Traffic Signal construction at the intersection of Prairie and
147th St. including labor, potholing, and materials complete per
Plan and Specification
LS 1
17
Traffic Signal construction at the intersection of Prairie and
Marine Ave. including labor, potholing, and materials complete
per Plan and Specification
LS 1
18 Surveying LS 1
19
Furnish and install 3” PVC conduit in addition to what is
called for in each TS plan lump sum item
LF 1,000
20 Traffic Signal Loop Detectors Type “E’ EA 200
21 Traffic Signal Bicycle Loop Detectors Type “D” EA 60
22
Preparation and implementation of Traffic Control, including
all temporary delineation during construction, arrow boards,
Message boards and necessary Signs and delineators.
LS 1
23
Remove existing concrete median and reconstruct 8” PCC
Pavement over 8” CMB per detail 1 on Sheet 14.
SF 1,500
24 Asphalt concrete (PG-64-16) per detail 2 on sheet 14. TONS 200
SCOPE OF WORK
The work consists of traffic signal upgrade,
trenching and installing conduits, construction
of curb and gutter, sidewalks, and
ADA ramps, striping and adjustment of
utilities and all other work necessary to
complete the improvements in accordance
with the Plans and Specifications. In
order to ensure the timely completion of
the project, the Contractor shall submit a
letter to the Engineer (within one day of the
execution of the contract) stating that all
Contractor furnished traffic signal materials
have been ordered. The letter shall contain
the names and addresses of the suppliers
and the estimated delivery dates.
TIME OF COMPLETION
Time of completion for this project will
be 95 working days. Project must be
completed by April 26, 2019.
ENGINEER’S ESTIMATE
The engineer’s estimate for this project
is $2,400,000.
PREVAILING WAGE STATEMENT
This contract will be funded in whole or in
part with federal housing and community
development funds. The Federal Labor
Standards Provisions, including prevailing
wage requirements of the Davis-Bacon
and Related Acts will be enforced. A
copy of the Federal Wage Decision applicable
to this project is included in the
Bid Document.
This is project is a public work in the
State of California, funded in whole or
in part with public funds. Therefore, the
higher of the two applicable prevailing
wage rates, federal or state, will be
enforced. The Contractor’s duty to pay
State prevailing wages can be found
under Labor Code Section 1770 et
seq. Labor Code Sections 1775 and
1777.7 outline the penalties for failure
to pay prevailing wages and to employ
apprentices, including forfeitures and
debarment. The State Wage Decision is
available online at http://www.dir.ca.gov/
dlsr/ or by contacting the Awarding Body
for this contract.
CLASSIFICATION OF CONTRACTORS
Contractors bidding this project must
possess a valid State of California A and/
or C-10 (Electrical) Contractors’ License
and must meet minimum requirements set
forth in the Specifications. The Contractor
must be able to document five (5) years
of satisfactory experience on project of
similar complexity and dollar value.
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),
located at: 4455 West 126th Street,
Hawthorne, CA 90250 on Thursday,
June 21, 2018, 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 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.
DBE REQUIREMENTS
The bidder shall make good faith efforts, as
defined in Title 49 of the Code of Federal
Regulations, Part 26, and the State of California,
Department of Transportation Disadvantaged
Business Enterprise (DBE) Program Plan.
The City of Hawthorne established an AADPL
of 8.2%. The contractor or subcontractor shall
not discriminate on the basis of race, color,
national origin, or sex in the performance of
this contract. The contractor shall carry out
applicable requirements of 49 CFR, Part 26 in
the award and administration of DOT-assisted
contracts. Failure by the contractor to carry out
these requirements is a material breach of this
contract, which may result in the termination of
this contract or such other remedy, as recipient
deems appropriate.
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
$100.00 (non-refundable). AN ADDITIONAL
$25.00 WILL BE CHARGED IF MAILING
IS NECESSARY, OR $50.00 IF FEDERAL
EXPRESS 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
FED’EX account number.)
If you have any questions regarding this
project, please contact Alan Leung, Senior
Transportation Engineer, Department of Public
Works, at telephone number (310) 349-2997.
Hawthorne Press Tribune Pub. 5/31, 6/7/18
HH-26050
NOTICE TO CREDITORS OF BULK
SALE AND OF INTENTION TO
TRANSFER ALCOHOLIC BEVERAGE
LICENSE
Escrow No. 25831-TC
Notice is hereby given that a bulk sale of assets
and a transfer of alcoholic beverage license is
about to be made.
The names, Social Security or Federal Tax
Numbers, and addresses of the Seller/
Licensee are:
Kun Rai Suh and Young Ho Suh, Social
Security No./Federal Tax Number(s), 10822 S.
Inglewood Ave., Lennox, CA 90304
The business is known as: Lennox Pollo
The names, Social Security or Federal
Tax Numbers, and address of the Buyer/
Transferee are:
Martins Pollo, Inc., 10822 S. Inglewood Ave.,
Lennox, CA 90304
As listed by the Seller/Licensee, all other
business names and addresses used by the
Seller/Licensee within three years before the
date such list was sent or delivered to the
Buyer/Transferee are: None
The assets to be sold are described in general
as FURNITURE, FIXTURES, EQUIPMENT
TRADENAME, GOODWILL, LEASE, LEASEHOLD
IMPROVEMENT and are located at:
10822 S. Inglewood Ave., Lennox, CA 90304.
The kind of license to be transferred is: On-Sale
Beer License No. 40-330338 now issued for
the premises located at: 10822 S. Inglewood
Ave., Lennox, CA 90304.
The anticipated date of the sale/transfer is July
3, 2018 at the office of Hanmi Escrow Co.,
Inc., 3130 West Olympic Blvd., Suite 400, Los
Angeles, CA 90006, County of Los Angeles,
State of California.
That the amount of purchase price or consideration
in connection with the transfer of the
license and business, including the estimated
inventory, is the sum of $80,000.00, which
consists of the following:
Description
*Demand Note $80,000.00
It has been agreed between the Seller/Licensee
and the intended Buyer/Transferee, as required
by Sec. 24073 of the Business and Professions
Code, that the consideration for transfer of the
business and license is to be paid only after the
transfer has been approved by the Department
of Alcoholic Beverage Control.
Dated: December 1, 2017
/s/ Kun Rai Suh
/s/ Young Ho Suh
Seller/Licensee
Martins Pollo, Inc., a California Corporation
By:
s/ Martin Cendreda, President
By:
s/Jenny Suh-Cendreda, Secretary
Buyer/Transferee
Title of Document
Pursuant to Senate Bill 2 - Building Homes and
Jobs Act (GC Code Section 27388.1), effective
January 1, 2018, a fee of seventy-five dollars
($75.00) shall be paid at the time of recording
of every real estate instrument, pager, or notice
required or permitted by law to be recorded,
except those expressly exempted from payment
of recording fees, per each single transaction
per parcel of real property. The fee imposed
by this section shall not exceed two hundred
twenty-five dollars ($225.00).
Exempt from the fee per GC 27388.1 (a); not
related to real property.
6/7/18
CNS-3138681#
Hawthorne Press Tribune Pub. 6/7/18
HH-26065
to boost morale amongst the abysmal working
conditions, the GCC and other Qatar construction
companies have formed a soccer (football) league
for friendly competition between employees.
The documentary follows the GCC team in their
hopes of achieving tournament success -- the
silver lining to their otherwise grim situation.
Among the teammates, we get a vibrant
and eclectic group of characters coming from
Kenya, Ghana, Nepal and India. Despite their
cultural differences, the team is united in its
pursuit of victory. In a working situation, where
emotion can only be expressed in a few ways,
bringing this victory to their team is one of
their only positive outlets.
When we watch professional athletes, there is
sometimes a neutralization of emotions -- as
every one of these figures is typically at the peak
of their game. But when we watch a team of
construction workers-turned-athletes competing
for a prize that truly has the potential to be lifealtering,
suddenly I began to feel the enthusiasm
and emotion that I would if I were to watch my
favorite team play. This is the brilliance of the
story portrayed. It introduces us to a team of