Page 6

Inglewood_FB_112317_FNL_lorez

Page 6 November 23, 2017 PUBLIC NOTICES Notice Inviting Request for Proposals DISTRICT: HAWTHORNE SCHOOL DISTRICT RFP IDENTIFICATION: Pupil Transportation Services RFP NUMBER: RFP Number S17-18-3 RFP AND CONTRACT www.hawthorne.k12.ca.us DOCUMENTS AVAILABLE: MANDATORY PRE-BID CONFERENCE: December 06, 2017; 10:00AM Sharp! Hawthorne School District 13021 S. Yukon Ave. Hawthorne, CA 90250 REQUEST FOR INFORMATION (RFI) DUE: December 13, 2017 by 4:00 PM PROPOSALS DUE BY December 21, 2017: 2:00 PM Sharp! SUBMIT RFP’S TO: Hawthorne School District 13021 S. Yukon Ave. Hawthorne, CA 90250 NOTICE IS HEREBY GIVEN that Hawthorne School District, acting by and through its Board of Trustees, hereinafter the “District” will receive up to, but not later than the above-stated date and time, sealed Bid Proposals for the Contract for the Work generally described as: BID #S17-18-3 – PUPIL TRANSPORTATION SERVICES. 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 at14120 Hawthorne Blvd, Hawthorne, California 90250and 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 Section117596 and the bid documents. Pre-Bidder’s Conference. The District will conduct a ONE TIME ONLY MANDATORY PRE-BIDDER’S CONFERENCE for the Work to be held at the location, date and time stated above. Failure to attend will render the Bid Proposal of such bidder to be non-responsive. Please allocate enough time due to parking restriction in the area. Do not park in front of the water tower. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount not less than ONE THOUSAND DOLLARS ($1,000.00). 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. Inquiries and Clarifications. This document is for informational purposes and shall not relieve the Bidder of the requirements to fully become familiarized with all the factors affecting the request for proposal. The Bidder is advised that all inquiries and clarifications about the bidding documents, and etc., shall be submitted to the District in writing no later than December 13, 2017, 4:00 PM. The District will respond at its earliest possible opportunity. Verbal communication by either party with regard to this matter is invalid. Inquiries shall be made in writing to: Aneska I. Kekula, Purchasing Director, 13021 S. Yukon Ave., Hawthorne, CA 90250; or via Email at: ikekula@hawthorne.k12.ca.us. 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 Kekula Purchasing Director HAWTHORNE SCHOOL DISTRICT Los Angeles County, State of California FOR: The Board of Trustees Hawthorne Press Tribune Pub. 11/16, 11/23/17 It’s kind of fun to do the impossible.- Walt Disney HH-25809 NOTICE TO BIDDERS DISTRICT HAWTHORNE SCHOOL DISTRICT PROJECT IDENTIFICATION Wide Area Network Connections PROJECT NO R17-18-2 MANDATORY PRE-BID CONFERENCE AND JOB WALK December 5, 2017 at 10:00 AM Hawthorne School District Purchasing Department 13021 S. Yukon Ave. Hawthorne, California 90250 DEADLINE FOR RFI’s December 12, 2017 at 4:00 PM BID AND CONTRACT DOCUMENTS AVAILABLE http://www.hawthorne.k12.ca.us/bids http://www.infinitycomm.com/projects BIDS DUE BY December 20, 2017 at 2:00 PM SUBMIT BIDS TO Hawthorne School District Purchasing Department 13021 S. Yukon Ave.. Hawthorne, CA 90250 NOTICE IS HEREBY GIVEN that the Board of Trustees of the Hawthorne School District, Hawthorne, California, here after referred to as “OWNER”, acting by and through its governing board and representatives, in accordance with Public Contract Code 20118.2, is requesting sealed bids, for the furnishing of a Priority One Erate Wide Area Network Connection under a Request for Proposal (RFP) No. R17-18-2 Wide Area Network Connection for Hawthorne School District. All bids shall be made and presented only on the forms presented by the Owner. All bids shall be delivered to The Hawthorne School District, Purchasing Department, 13021 S. Yukon Ave, Hawthorne, CA 90250, by December 20, 2017 up to, but no later than, 2:00 P.M. Proposals received after the specified due date, time or other than at the location shown will be considered non-responsive. Please allocate enough time due to the parking restrictions in the area. Do not park in front of the water tower. Each bid must conform to the RFP and bid documents. Copies of the RFP and bid documents are available and must be obtained from the following website: http://www.infinitycomm. com/projects. The services requested depend on partial funding from the School and Libraries Division’s E-rate Program and California Public Utility Commission’s California Teleconnect Fund (CTF). All contracts entered into as a result of this advertisement shall be contingent upon the approval of discounts from the Universal Services Administrative Company (USAC) and CTF and the OWNER’s acceptance of the discounts. The Contractor shall be responsible to invoice and collect payment of the discounted contract amount from USAC and CTF. The undiscounted contract amount will be the maximum amount that the OWNER is liable. On the day of the bid the Contractor shall supply their Service Provider Identification Number (SPIN) and must certify that their SPIN is “current”, to have their proposal considered. OWNER is requesting a three (3) year contract with two one (1) year voluntary contract extensions starting on June 1, 2022. Where applicable, 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 C-10 and/or C-7 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. Where applicable, Each bidder’s bid must be accompanied by one of the following forms of bidder’s security: (1) cash; (2) a cashier’s check made payable to the District; (3) a certified check made payable to the District; or (4) a bidder’s bond executed by a California admitted surety as defined in Code of Civil Procedure section 995.120, made payable to the District in the form set forth in the Contract Documents. Such bidder’s security must be in an amount not less than ten percent (10%) of the maximum amount of bid as a guarantee that the bidder will enter into the proposed Contract, Where applicable, if the same is awarded to such bidder, and will provide the required Performance and Payment Bonds, insurance certificates and any other required documents. In the event of failure to enter into said Contract or provide the necessary documents, said security will be forfeited. Where applicable, Prevailing wages are applicable to the Project. The Contractor and all subcontractors shall comply with the requirements set forth in Division 2, Part 7, Chapter 1 of the Labor Code. The District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the Contract. These per diem rates, including holiday and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes, are on file at the District and are also 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. Where applicable, 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. Where applicable, 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). All bonds (Bid, Performance, and Payment) must be issued by a California admitted surety as defined in California Code of Civil Procedure section 995.120. Where applicable, 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. The District reserves the right to reject any and all bids and to waive any irregularities or informalities in any bids or in the bidding. No bidder may withdraw his bid for a period of 60 days after the date set for the opening of bids. For information or questions regarding bidding, please email Carla Manzo at p1bids@ infinitycomm.com Aneska I. Kekula Purchasing Director HAWTHORNE SCHOOL DISTRICT Los Angeles County, State of California FOR: The Board of Trustees Hawthorne Press Tribune Pub. 11/16, 11/23/17 HH-25810 Thanksgiving is a time of togetherness and gratitude. - Nigel Hamilton CITY OF HAWTHORNE NOTICE INVITING BIDS (A Cash Contract) Sealed proposals will be received by the City Clerk of the City of Hawthorne, California at his office in the City Hall, 4455 West 126th Street, Hawthorne, CA, until 4:00 p.m. on December 12, 2017. Proposals will be publicly opened and recorded on a Bid List at 4:30 p.m. on the same day in the City Clerk’s office. Bidders, as well as the general public, are invited to view this proceeding. Proposals will be read at a meeting of the City Council at 6:00 p.m. on December 12, 2017 for the following: ROOFTOP AIR CONTITIONING UNIT REPLACEMENT (AC-3 and AC-4) AT POLICE DEPARTMENT BUILDING (Project #17-05) SCOPE OF WORK- This project will replace two (2) rooftop air conditioning units (cooling only) at the Police Department building, including only AC-3 (20-Ton) and AC-4 (50-Ton). Project involves: complete dismantling and removal of two (2) rooftop air conditioning units, with new transition curbs, VFD drives, controls and accessories in compliance with the Specifications and contract documents. ESTIMATED QUANTITIES DESCRIPTION UNIT APPROX. QTY. 1 Furnish and install packaged rooftop air conditioning unit, AC-3 (20-Ton) with new transition curbs, VFD drives, controls and accessories as shown and as scheduled on the contract documents. Project includes complete dismantling and removal of existing unit. The new unit shall be installed in accordance with this specification and perform at the conditions specified and scheduled in the Technical Specifications, and include required data submittals. LUMP SUM 1 2 Furnish and install packaged rooftop air conditioning unit, AC-4 (50-Ton), with new transition curbs, VFD drives, controls and accessories as shown and as scheduled on the contract documents. Project includes complete dismantling and removal of existing unit. The new unit shall be installed in accordance with this specification and perform at the conditions specified and scheduled in the Technical Specifications, and include required data submittals. LUMP SUM 1 CLASSIFICATION OF CONTRACTORS Contractors bidding this project must possess a valid State of California Mechanical C20, Contractors’ License. MANDATORY PRE-BID JOB WALK A pre-bid site inspection and equipment survey will be conducted at the Hawthorne Police Department at 12501 Hawthorne Blvd. Hawthorne, CA 90250, on WEDNESDAY, November 29, 2017. Contractors will meet in the lobby of Hawthorne City Hall located at 4455 W. 126th Street at 10:00am on November 29 for the Job Walk and then proceed to the Police Building. BIDS WILL BE NULL AND VOID IF CONTRACTOR DOES NOT ATTEND THIS PRE-BID WALK. 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 existing as-built plans 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. 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. FAITHFUL BOND REQUIREMENT- The bidder to whom the contract is awarded (Contractor) shall execute the contract and furnish a surety bond in the amount of 100% of the contract price guaranteeing the faithful performance of the contract. NONDISCRIMINATION In performance of the terms of this contract, the Contractor shall not engage in, nor permit such subcontractors as he may employ from engaging in discrimination in employment of persons because of race, color, place of nation origin or ancestry, sex, age or religion of such persons. 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. 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. PROJECT INFORMATION 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 SPECIFICATIONS IS $35.00 (nonrefundable). 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 Akbar Farokhi, Senior Engineer, Department of Public Works, at telephone number (310) 349-2980. NOTE: No questions will be accepted after December 7th, 2017. Hawthorne Press Tribune Pub. 11/16, 11/23/17 HH-25815 NOTICE OF PETITION TO ADMINISTER ESTATE OF: DOREEN B. KELBAUGH AKA MICKEY KELBAUGH CASE NO. 17STPB10188 To all heirs, beneficiaries, creditors, contingent creditors, and persons who may otherwise be interested in the WILL or estate, or both of DOREEN B. KELBAUGH AKA MICKEY KELBAUGH. A PETITION FOR PROBATE has been filed by MELISSA ANN ALBERS in the Superior Court of California, County of LOS ANGELES. THE PETITION FOR PROBATE requests that MELISSA ANN ALBERS be appointed as personal representative to administer the estate of the decedent. THE PETITION requests the decedent's WILL and codicils, if any, be admitted to probate. The WILL and any codicils are available for examination in the file kept by the court. THE PETITION requests authority to administer the estate under the Independent Administration of Estates Act . (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 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: 12/13/17 at 8:30AM in Dept. 5 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 BRUCE M. MACDONALD, ESQ. CARICO JOHNSON TOOMEY LLP 841 APOLLO ST STE 450 EL SEGUNDO CA 90245 11/23, 11/30, 12/7/17 CNS-3071890# Hawthorne Press Tribune Pub. 11/23, 11/30, 12/7/17 HH-25817 NOTICE OF PETITION TO ADMINISTER ESTATE OF: MARY ANN WOLTANSKI CASE NO. 17STPB10166 To all heirs, beneficiaries, creditors, contingent creditors, and persons who may otherwise be interested in the WILL or estate, or both of MARY ANN WOLTANSKI. A PETITION FOR PROBATE has been filed by MARNIE BRAVO in the Superior Court of California, County of LOS ANGELES. THE PETITION FOR PROBATE requests that MARNIE BRAVO 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 . (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 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: 12/14/17 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 JOSEPH HYUNSUNG LEE LEE GREEN STEWART & PAUL 301 E. COLORADO BLVD. STE 705 PASADENA CA 91101-1911 11/23, 11/30, 12/7/17 CNS-3071705# Hawthorne Press Tribune Pub. 11/23, 11/30, 12/7/17 HH-25818


Inglewood_FB_112317_FNL_lorez
To see the actual publication please follow the link above