Page 6

Inglewood_FB_111915_FNL_lorez

Page 6 November 19, 2015 PUBLIC NOTICES PUBLISH YOUR PUBLIC NOTICES HERE ABANDONMENTS: $125.00 ABC NOTICES: $125.00 DBA PUBLISH YOUR PUBLIC NOTICES HERE ABANDONMENTS: PUBLISH YOUR PUBLIC $125.00 NOTICES ABC NOTICES: $125.00 HERE DBA ABANDONMENTS: (Fictitious Business Name): $75.00 NAME CHANGE: $125.00 ABC $125.00 NOTICES: $125.00 Other type of notice? Contact us and we can give you a price. DBA (Fictitious Business Name): For DBA’s email us at: dba@heraldpu $75.00 blications.com All other legal notices email legalnotices@NAME heraldpublications.CHANGE: us at: com $125.00 Any questions? Call us at 310-322-1830 Other type of notice? Contact us and we can give you a price. For DBA’s email us at: dba@heraldpu blications.com All other legal notices email us at: legalnotices@heraldpublications.com Any questions? Call us at 310-322-1830 COMMUNITIES COUNT COMMUNITIES COUNT Title Order No: 150014640 Trustee Sale No.: 2014-2148 Reference No: HE-LAD 0090-03 A.P.N.: 4102-016-076 NOTICE OF TRUSTEE’S SALE YOU ARE IN DEFAULT UNDER A NOTICE OF A NOTICE OF DELINQUINT ASSESSMENT AND CLAIM OF LIEN. YOU ARE IN DEFAULT UNDER A NOTICE OF DELINQUENT ASSESSMENT DATED 9/24/2012. 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. Notice is hereby given that on 12/3/2015 at 11:00 AM, S.B.S. Lien Services, As the duly appointed Trustee under and pursuant to Notice of Delinquent Assessment, recorded on 11/7/2012, as Document No. 20121695613, Book , Page , of Official Records in the Office of the Recorder of LOS ANGELES County, California, The original owner: ROBIN BROWN The purported new owner: ROBIN BROWN, 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 state or federal savings and loan association, savings association, or a savings bank specified in section 5102 of the Financial Code and authorized to do business in this state.): BEHIND THE FOUNTAIN LOCATED IN CIVIC CENTER PLAZA, 400 CIVIC CENTER PLAZA, POMONA, CA. All right, title and interest under said Notice of Delinquent Assessment in the property situated in said County, as more fully described on the above referenced assessment lien. The street address and other common designation, if any of the real property described above is purported to be: 6529 S. COPPERWOOD AVE., INGLEWOOD, CA 90302. 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, express or implied, regarding title, possession, or encumbrances, to pay the remaining principal sum due under said Notice of Delinquent Assessment, with interest thereon, as provided in said notice, advances, if any, estimated fees, charges, and expenses of the Trustee, to wit: $7,730.40 accrued interest and additional advances, if any, will increase this figure prior to sale. The claimant: THE HEIGHTS AT LADERA HOMEOWNERS ASSOCIATION under said Notice of Delinquent Assessment 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 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 FOR SALE INFORMATION, PLEASE CALL (855)986-9342, or visit this Internet Web site www.superiordefault.com using the file number assigned to this case 2014-2148 . 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. THE PROPERTY IS BEING SOLD SUBJECT TO THE NINETY DAY RIGHT OF REDEMPTION CONTAINED IN CIVIL CODE SECTION 1367.4(c)(4). PLEASE NOTE THAT WE ARE A DEBT COLLECTOR AND ARE ATTEMPTING TO COLLECT A DEBT AND ANY INFORMATION WE OBTAIN WILL BE USED FOR THAT PURPOSE. Date: 10/26/2015. S.B.S LIEN SERVICES, 31194 La Baya Drive, Suite 106, Westlake Village, California, 91362. By: Annissa Young, Trustee Sale Officer (11/05/15, 11/12/15, 11/19/15 | TS#2014-2148 SDI-17790) Inglewood News Pub. 11/5, 11/12, 11/19/15 HI-24905 NOTICE INVITING BIDS DISTRICT HAWTHORNE SCHOOL DISTRICT PROJECT IDENTIFICATION Network Infrastructure Equipment Upgrade PROJECT NO Service Bid Number T15-16-8 BIDS DUE BY December 15, 2015; 10:00 AM Sharp! Hawthorne School District 14120 Hawthorne Blvd. Hawthorne, CA 90250 SUBMIT BIDS TO Hawthorne School District 14120 S. Hawthorne Blvd Hawthorne, California 90250 BID AND CONTRACT DOCUMENTS AVAILABLE http://www.hawthorne.k12.ca.us/bids DEADLINE FOR RFI’s December 2, 2015; 8:00 AM NOTICE IS HEREBY GIVEN that the Hawthorne School 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: Equipment BID NO. T15-16-8 Network Infrastructure Equipment Upgrade. 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 at 14120 Hawthorne Blvd., 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. Minimum contract term is one (1) year. Quoted prices must stay in effect for one (1) year after award of bid and may be extended upon mutual consent of District and Bidder for an additional four (4) years in accordance with provisions contained in Education Code Section17596 and the bid documents. Each bid must strictly conform with and be responsive to the Contract Documents as defined in the General Conditions. 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. 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 Bidder’s performance under the Contract will be permitted at the request and expense of the Bidder. 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 Contract. The Contract for the Work, if awarded, will be by action of the District’s Board of Education to the responsible Bidder submitting the lowest responsive Bid Proposal. The District fully reserves the right to make multiple awards, to make no award at all, or to award based upon any combination of base bid and/or individual line items. E-Rate Requirements. The project is 100% contingent upon the approval of funding from the Universal Services Fund’s Schools and Libraries Program, otherwise known as E-Rate. The District may or may not proceed with the project, in whole or in part even in the event E-Rate funding is approved. Execution of the contract, in part or in whole, is solely at the discretion of the District. Bidders wishing to bid, do so solely at their own risk. The District is not liable or responsible for any costs, loss, fees or expenses, of any kind, associated with the bid and/or a decision not to proceed with the project, even after award of the project. By submitting a bid, each Bidder agrees to bear all of its own costs, fees, expenses, and losses, of any and all kind, should the District cancel the project. Each bid must conform to and be responsive to the contract documents. . 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 seven (7) 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 at ikekula@hawthorne. k12.ca.us or (310) 675-9464 by December 2, 2015, at 8:00 AM 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: November 12, 2015 2nd Publication: November 19, 2015 Hawthorne Press Tribune Pub. 11/12, 11/19/15 HH-24917 NOTICE INVITING BIDS DISTRICT HAWTHORNE SCHOOL DISTRICT PROJECT IDENTIFICATION Site Preparation and Installation of Modular Buildings at Eucalyptus School PROJECT NO Service Bid Number C15-16-7 BIDS DUE BY December 2, 2015; 10:00 AM Sharp! SUBMIT BIDS TO Hawthorne School District 14120 S. Hawthorne Blvd Hawthorne, California 90250 BID AND CONTRACT DOCUMENTS AVAILABLE http://www.hawthorne.k12.ca.us/bids MANDATORY PRE-BID CONFERENCE November 20, 2015 10:00 AM Sharp! Hawthorne School District 14120 Hawthorne Blvd. Hawthorne, CA 90250 DEADLINE FOR RFI’s November 25, 2015; 4:00 PM NOTICE IS HEREBY GIVEN that the Hawthorne School 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: SERVICE BID NO. C15-16-7 Site Preparation and Installation of Modular Buildings at Eucalyptus School. 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 at 14120 Hawthorne Blvd., 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. Minimum contract term is one (1) year. Quoted prices must stay in effect for one (1) year after award of bid and may be extended upon mutual consent of District and Contractor for an additional four (4) years in accordance with provisions contained in Education Code Section17596 and the bid documents. There will be a mandatory Pre-Bid Conference on November 20, 2015, 10:00 AM. Any Contractor bidding on the Project who fails to attend the entire mandatory job walk and conference will be deemed a non-responsive bidder and will have its bid returned unopened. 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 award 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. 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. 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. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount Ten Percent (10%) of Maximum amount of Bid. 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 Contract. The Contract for the Work, if awarded, will be by action of the District’s Board of Education to the responsible Bidder submitting the lowest responsive Bid Proposal. If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District’s selection of Alternate Bid Items, if any, for determination of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with this Notice and the Instructions for Bidders. 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 seven (7) 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 at ikekula@hawthorne. k12.ca.us or (310) 675-9464 by November 25, 2015, at 4:00 PM Alternate Bid Items. The selection of Bid Alternates for determination of the lowest Bid Proposal will be based upon the Base Bid Proposal alone or a combination of the Base Bid Proposal and one or more Bid Alternates as selected by the District. The District reserves the right to use the “blind bidding” procedures. 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: November 12, 2015 2nd Publication: November 19, 2015 Hawthorne Press Tribune Pub. 11/12, 11/19/15 HH-24918 NOTICE INVITING BIDS DISTRICT HAWTHORNE SCHOOL DISTRICT PROJECT IDENTIFICATION Network Infrastructure Wiring Installation PROJECT NO Service Bid Number T15-16-9 BIDS DUE BY December 15, 2015; 10:00 AM Sharp! SUBMIT BIDS TO Hawthorne School District 14120 S. Hawthorne Blvd Hawthorne, California 90250 BID AND CONTRACT DOCUMENTS AVAILABLE http://www.hawthorne.k12.ca.us/bids MANDATORY PRE-BID CONFERENCE AND JOB WALKS November 20, 2015 9:00 AM Sharp! November 23, 2015 9:00 AM Sharp! Hawthorne School District 14120 Hawthorne Blvd. Hawthorne, CA 90250 DEADLINE FOR RFI’s December 02, 2015; 8:00 AM NOTICE IS HEREBY GIVEN that the Hawthorne School 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: SERVICE BID NO. T15-16-9 Network Infrastructure Wiring 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 at 14120 Hawthorne Blvd., 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. Minimum contract term is one (1) year. Quoted prices must stay in effect for one (1) year after award of bid and may be extended upon mutual consent of District and Contractor for an additional four (4) years in accordance with provisions contained in Education Code Section17596 and the bid documents. There will be a mandatory Pre-Bid Conference and Job Walks on November 20, 2015 at 9:00 AM and 2nd Job Walk on November 23, 2015 at 9:00 AM. Any Contractor bidding on the Project who fails to attend the entire mandatory job walks and conference will be deemed a non-responsive bidder and will have its bid returned unopened. 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 C7 and C10 License at the time of award 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. 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. 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. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount Ten Percent (10%) of Maximum amount of Bid. 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 Contract. The Contract for the Work, if awarded, will be by action of the District’s Board of Education to the responsible Bidder submitting the lowest responsive Bid Proposal. If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District’s selection of Alternate Bid Items, if any, for determination of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with this Notice and the Instructions for Bidders. 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 seven (7) 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 at ikekula@hawthorne. k12.ca.us or (310) 675-9464 by December 2, 2015, at 8:00 AM Alternate Bid Items. The selection of Bid Alternates for determination of the lowest Bid Proposal will be based upon the Base Bid Proposal alone or a combination of the Base Bid Proposal and one or more Bid Alternates as selected by the District. The District reserves the right to use the “blind bidding” procedures. 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: November 12, 2015 2nd Publication: November 19, 2015 Hawthorne Press Tribune Pub. 11/12, 11/19/15 HH-24919 PUBLISH YOUR PUBLIC NOTICES HERE ABANDONMENTS: $125.00 ABC NOTICES: $125.00 DBA (Fictitious Business Name): $75.00 NAME CHANGE: $125.00 Other type of notice? Contact us and we can give you a price. For DBA’s email us at: dba@heraldpu blications.com All other legal notices email us at: legalnotices@heraldpublications.com


Inglewood_FB_111915_FNL_lorez
To see the actual publication please follow the link above