Page 4

Inglewood_FB_120116_FNL_lorez

Page 4 December 1, 2016 Lawndale’s Great Season Ends in Semis By Adam Serrao There is no doubting the fact that the Lawndale Cardinals football team has experienced a resurgence of sorts under head coach Travis Clark this year. The same team that finished with a 1-9 record back in 2011 and a 5-5 record in 2013 now found itself at 8-5 and had battled for first place in the Ocean League standings all year long. Behind a young and electric offense headed by junior quarterback Jalen Hamler and sophomore running back Jordan Wilmore, Lawndale is certainly destined for success in years to come. This year, the Cardinals made a deep playoff run all the way to the CIF Southern Section Division 6 semifinal game against the Paraclete Spirits. Unfortunately for Lawndale, that is precisely where the team’s run would come to an end as a slow start led to an unimpressive output on the road for Clark’s team in what was eventually a tough 44-13 loss. The Lawndale Cardinals have not made it to the CIF football finals since 1966. That was a streak that looked as if it had an excellent chance to come to an end behind the incredible play of Hamler and Wilmore this season. Though the streak continues on, Lawndale is fortunate to have its offensive duo back for one more year. “We got a rough start tonight as a team and we got into it too late,” Wilmore explained. “It was a great season and next year we will be back for sure.” There is certainly no doubt that the Cardinals will be back, but it was the rough start that Wilmore spoke of that doomed his team against Paraclete. While Lawndale struggled to move the ball early, it was Allunzoe Jones who got the scoring started in the game for the Spirits. Jones glided through the air to put the Cardinals in an early 7-0 hole before a 95-yard drive just before the half would deepen Lawndale’s wound at 14-0. Just when everyone thought the bleeding was done before the break, Hamler was sacked for a safety. On the ensuing kickoff, another 90-yard touchdown with just seconds remaining would add to the Cardinals’ injuries and increase Paraclete’s lead to 23-0 heading into halftime. “We didn’t come out here prepared, we didn’t come out here ready to play,” said Hamler after his team’s rough outing. Hamler was much more ready to play in the second half, however, than he was after a scoreless first half. The quarterback would connect on a 53-yard touchdown pass to finally give his team some points with under four minutes left to play in the third quarter. About midway through the fourth, Hamler would connect again--this time to Makell Esteen on a 17- yard touchdown pass to bring his team to 13 points on the night. However, the game was at that point already well out of reach. Paraclete put another three touchdowns on the board in the second half of play on its way to the 31-point victory. “My hat’s off to Paraclete,” Clark said. “They came out ready to play, they played physical and stopped our run, and you can tell that they had been here last year. When you play against Lawndale, your goal is to stop Jordan Wilmore and they did that, which put us behind the eight ball.” Paraclete lost in the quarterfinals of the Mid Valley Division playoffs last season, but made it to the championship game the year prior. This will make two out of three years that the Spirits will be in the CIF championship game. As for Wilmore, the young running back was held to a season-low 40-yards rushing. The Lawndale offense was held to less than 80 total yards in a first half that provided zero points. Hamler finished the game with 116 yards and two touchdowns. Wilmore has gone well over 2,000 yards rushing and 20 touchdowns on the year. In finishing its season with an 8-5 record, Lawndale only lost one game (to El Segundo) within the division. Clark has his team headed in the right direction as the group continues to get better every year. “The kids have exceeded my expectations,” he said. “Every daym I’m excited about coaching these guys.” There will be much more to be excited about next for Clark and Cardinals fans alike. Hamler will be back under center while his backfield partner Wilmore will return as well. Wide receivers Esten and Jaylen Stewart will also rejoin the team alongside linebacker Paulo Bailey and many other young players who will certainly make Lawndale a team to be reckoned with next year and in the seasons to come. HAWTHORNE AND INGLEWOOD While the football seasons have ended for both Hawthorne and Inglewood high schools, basketball season is right around the corner. Hawthorne’s season will begin this Thursday with a rivalry game matchup against Leuzinger, while Inglewood is also preparing for what should be an extremely competitive year within the Bay League. Stay tuned next week when we take a more in-depth look at the basketball season that is OPXPOUIFIPSJ[POr Asixlion@earthlink.net Leuzinger Falls Short in Overtime Thriller Photos Courtesy of Dirk Dewachter www.dewachter.net  In one of the highest-scoring battles in recent memory, Leuzinger lost a tough one at home to San Bernardino’s Aquinas High School. Tied at 57 at the end of regulation. The Olympians played first in overtime and scored a touchdown, but failed on a two-point conversion attempt. Aquinas then scored a touchdown of its own and won the game after kicking the extra point to advance to the CIF Southern Section %JWJTJPOàOBMOFYUXFFLr Leuzinger captains Antonio Hunt (#6), Antonio Haygood (#2), Alberto Perez (#75) and Kaymen Cureton (#1) walk up to midfield for the coin toss. Daniel Carmicle (Leuzinger #7) broke through the Aquinas defense despite the efforts of Ruben Fabian (Aquinas #12). PUBLIC NOTICES NOTICE INVITING BIDS DISTRICT HAWTHORNE SCHOOL DISTRICT PROJECT IDENTIFICATION Time & Material Bid for Concrete and Asphalt Paving Services (As-Needed) PROJECT NO Service Bid Number M16-17-5 BIDS DUE BY January 10, 2017; 10:00 AM Sharp! SUBMIT BIDS TO Hawthorne School District 13021 S Yukon Ave. Hawthorne, California 90250 BID AND CONTRACT DOCUMENTS AVAILABLE http://www.hawthorne.k12.ca.us/bids MANDATORY PRE-BID CONFERENCE Hawthorne School District 13021 Yukon Ave. Hawthorne, CA 90250 December 9, 2016; 10:00 AM Sharp! DEADLINE FOR RFI’s December 22, 2016; 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. M16-17-5 TIME & MATERIAL CONCRETE AND ASPHALT PAVING SERVICES (ASNEEDED) 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 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. 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 December 9, 2016, 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. Allocate extra time due to 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 C12 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. 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. 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 FIVE HUNDRED DOLLARS 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 fourteen (14) 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 Maria Soriano at msoriano@hawthorne.k12. ca.us or (310) 675-9464 by December 22, 2016, 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. Maria Soriano Purchasing Assistant 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 24, 2016 2nd Publication: December 01, 2016 Hawthorne Press Tribune Pub. 11/24, 12/1/16 HH-25368 Andre Hunt (Leuzinger #9) caught seven passes for 113 yards and scored a touchdown on a 95-yard kickoff return. Andre Hunt (Leuzinger #9) dejectedly looks away as Aquinas’ Steven Soloway (Aquinas #4), Salieu Ceesay (Aquinas #1) and Gary Ganson (Aquinas #2) celebrate their point after touchdown to edge Leuzinger 64-63. PUBLIC NOTICES NOTICE INVITING BIDS DISTRICT HAWTHORNE SCHOOL DISTRICT PROJECT IDENTIFICATION Time & Material Bid for Concrete and Asphalt Paving Services (As-Needed) PROJECT NO Service Bid Number M16-17-5 BIDS DUE BY January 10, 2017; 10:00 AM Sharp! SUBMIT BIDS TO Hawthorne School District 13021 S Yukon Ave. Hawthorne, California 90250 BID AND CONTRACT DOCUMENTS AVAILABLE http://www.hawthorne.k12.ca.us/bids MANDATORY PRE-BID CONFERENCE Hawthorne School District 13021 Yukon Ave. Hawthorne, CA 90250 December 9, 2016; 10:00 AM Sharp! DEADLINE FOR RFI’s December 22, 2016; 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. M16-17-5 TIME & MATERIAL CONCRETE AND ASPHALT PAVING SERVICES (ASNEEDED) 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 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. 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 December 9, 2016, 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. Allocate extra time due to 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 C12 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. 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. 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 FIVE HUNDRED DOLLARS 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 fourteen (14) 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 Maria Soriano at msoriano@hawthorne.k12. ca.us or (310) 675-9464 by December 22, 2016, 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. Maria Soriano Purchasing Assistant 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 24, 2016 2nd Publication: December 01, 2016 Hawthorne Press Tribune Pub. 11/24, 12/1/16 HH-25368


Inglewood_FB_120116_FNL_lorez
To see the actual publication please follow the link above