
Lawndale Tribune
AND lAwNDAle News
The Weekly Newspaper of Lawndale
Herald Publications - El Segundo, Hawthorne, Lawndale & Inglewood Community Newspapers Since 1911 - (310) 322-1830 - Vol. 80, No. 7 - February 18, 2021
South Bay Native Brings the Taste
of Vietnam to the City of Lawndale
John Nguyen, always wanted his friends to try the many delicious dishes that Vietnam had to offer. But there was a lack of choices when it came to Vietnamese restaurants. So in 2003, John opened up Saigon Dish with that in mind. Saigon Dish would introduce those that
were unfamiliar with Vietnamese food to all the wonderful things Vietnamese cuisine had to offer. They create traditional items using high quality beef, white meat chicken and the freshest ingredients. And fifteen years later, that idea is still going strong as they continue
to bring Vietnamese cuisine to the South Bay. During these times, please support your local businesses. Photo courtesy Saigon Dish.
PUBLIC NOTICES
INSTRUCTIONS TO BIDDERS
I M P O R T A N T
BEFORE SUBMITTING YOUR BID, HAVE
YOU PROPERLY COMPLETED THE
FOLLOWING?
Please Check Here:
1. PROPOSAL:
Has a bid been submitted on all Items of
the Proposal?
Is the Proposal properly signed and dated?
If bid is submitted by a corporation, is corporate
seal affixed to the Proposal?
Is Contractor’s License Number inserted on
the Proposal?
2. BOND:
Is the amount of the Bond at least 10% of
the Total Bid?
Is the Bond (or the Certified Check) properly
filled in and signed by Surety?
3. CERTIFIED CHECK:
Is the amount of the Certified Check at least
10% of the Total Bid?
Is the Certified Check enclosed with the bid?
4. DESIGNATION OF SUBCONTRACTORS:
Are portions of work allotted?
Are names, locations, and licenses given for
each subcontractor?
5. PAYMENT OF PREVAILING WAGES:
Are you aware of the Provision to pay prevailing
wages and furnish
certified payroll records to the City of Inglewood?
6. CONTRACT COMPLIANCE:
Has the Non-Collusion Affidavit been completed?
Is the Non-collusion Affidavit properly signed
and duly notarized?
Have the requirements and forms to be
furnished on the Project been examined and
are understood?
7. BUSINESS LICENSE:
Are you aware of Division 1, Section 9 “Inglewood
Business License”?
REFERENCE LIST:
Has the Reference List been completed and
submitted?
9. STATE / FEDERAL (HUD) REQUIREMETS:
Have you reviewed the State / Federal requirements
and submitted all necessary State /
Federal forms? If you are using more than
one wage determination,
ensure the higher wage rate is applied, during
your review of payrolls.
CITY OF INGLEWOOD
INVITATION TO SUBMIT BID
(Specifications and Conditions Governing
Bid Award)
Project Subject to Bid:
“CENTINELA AVENUE MEDIANS & ADA
IMPROVEMENTS AND TRAFFIC SIGNAL
MODIFICATIONS FROM LA CIENEGA
BLVD TO LA BREA AVE HSIPL-5164(033)
AND STREET IMPROVEMENTS FROM
LA CIENEGA BLVD TO FLORENCE AVE
PROJECT, FY 2020-21”
BID No.: CB-21-05
The City of Inglewood invites and will receive bids
duly filed as provided herein for the furnishing
of labor and materials and/or the completion
of the above-designated project.
A mandatory informational meeting for interested
bidders will be conducted on Wednesday,
March 24, 2021, at 10:00 a.m. This meeting
is to inform bidders of project requirements and
subcontractors of subcontracting and material
supply opportunities. Bidders’ attendance at
this meeting is mandatory.
Join WebEx Conference Call from
the meeting link
Join by Meeting Number
Meeting number (access code)
145 323 1131
Meeting password
zmKvkCm3h93
Join by Telephone
+1-415-655-0001 US Toll
Join from a video system or application
Dial 1453231131@willdan.webex.com
You can also dial 173.243.2.68 and enter your
meeting number.
Join using Microsoft Lync or Microsoft Skype
for Business
Dial 1453231131.willdan@lync.webex.com
Pursuant to Federal law, Disadvantaged
Business Enterprise (DBE) requirements
shall include all DBEs, as described in the
Specifications. This project is subject to state
contract nondiscrimination and compliance
requirements pursuant to Government Code
Section 12990, and in any contract entered
into pursuant to this advertisement, DBEs will
be afforded full opportunity to submit bids in
response to this invitation.
The DBE contract goal for this project is 27%.
The Plans, Specifications and all other
Documents comprising the pertinent Contract
Documents, may only be obtained electronically
from the Public Works Department via email
request to Kenrick Sanderlin at ksanderlin@
cityofinglewood.org at no cost. Hardcopies
and/or CD-ROMs of the project Plans, Specifications
and all other Documents will not be
provided by the City at this time in person or
via mail. Upon an email request from the
Potential Bidder to Project Manager, Kenrick
Sanderlin, the Potential Bidder will be placed
on the Plan Holders’ List and an email with a
weblink will be provide to the Potential Bidders
with download instructions. It is the Potential
Bidders’ responsibility to check the weblink
for project Addendums prior to Bid Opening.
Please call the Project Manager, Kenrick
Sanderlin, at (310) 412-5333, or email at
(ksanderlin@cityofinglewood.org), should you
require further information.
Each bid, to be considered, must be delivered
to and received by the City Clerk no later than
11:00 a.m. on Wednesday, April 7, 2021,
at the Office of the City Clerk, First Floor of
Inglewood City Hall, One Manchester Boulevard,
Inglewood, CA, 90301.
Each bid shall be submitted and completed in
all particulars using the form entitled, “Bidder’s
Proposal and Statement”, attached hereto and
must be enclosed, together with the requisite
bid security, in a sealed envelope addressed
to the City Clerk with the designation of the
project “CENTINELA AVENUE MEDIANS &
ADA IMPROVEMENTS AND TRAFFIC SIGNAL
MODIFICATIONS FROM LA CIENEGA
BLVD TO LA BREA AVE HSIPL-5164(033)
AND STREET IMPROVEMENTS FROM
LA CIENEGA BLVD TO FLORENCE AVE
PROJECT, FY 2020-21” appearing thereon.
Each bid shall state the unit price of each
item if called for on the Bidder’s Proposal and
Statement form. In the event alternative bids
are called for in said form, each alternative bid
shall be completed.
Bids will be opened in public in the City Clerk’s
Office and will then and there be announced
to all persons present.
Specifications and other Bid Documents for the
above items are on file in the Public Works
Department and may be obtained upon request.
Each bid must be accompanied by a deposit in
the form of cash, a cashier’s or certified check
made payable to the City of Inglewood, or a
bid bond, for an amount of not less than ten
percent (10%) of the aggregate amount of the
bid, as a guarantee that the successful bidder
will, within the time specified, enter into an
agreement as provided in the Bid Document
and furnish bonds when required in the Special
Provisions: one for Faithful Performance in
the amount of the Contract Sum, and one
for Contractor’s Labor and Materials in the
amount of the Contract Sum.
The City Council reserves the right to reject any
or all bids and to waive any irregularities in any
bid, and to take bids under advisement for a
period not to exceed sixty (60) days from and
after the date bids are opened and announced.
Attention is directed to the provisions of Labor
Code § 1725.5: No contractor or subcontractor
may be listed on a bid proposal for a public
works project (submitted on or after March 1,
2015) unless registered with the Department
of Industrial Relations (with limited expectations
for this requirement for bid purposes only under
Labor Code Section 1771.1a). No contractor or
subcontractor may be awarded a contract for
public work on a public works project (awarded
on or after April 1, 2015) unless registered
with the Department of Industrial Relations.
All contractors and subcontractors must furnish
electronic certified payroll records to the Labor
Commissioner for all new projects awarded on
or after April 1, 2015. The Labor Commissioner
may excuse contractors and subcontractors on
a project that is under the jurisdiction of one of
the four legacy DIR-approved labor compliance
programs (Caltrans, City of Los Angeles, Los
Angeles Unified School District and County of
Sacramento) or that is covered by a qualified
project labor agreement. The project is subject
to compliance monitoring and enforcement by
the Department of Industrial Relations.
Attention is directed to the provisions of Sections
1777.5 and 1777.6 of the Labor Code
concerning the employment of apprentices
by the Contractor or any subcontractor under
them. The Contractor or any subcontractor
shall comply with the requirements of said
sections in the employment of apprentices.
Information relative to apprenticeship standards
and administration of the apprenticeship
program may be obtained from the Director
of Industrial Relations, San Francisco, CA, or
the Division of Apprenticeship Standards and
its branch offices.
Also, Amendments to Assembly Bill 219
became effective on July 1, 2016. The amendments
made the following changes to Labor
Code section 1720.9: a company hauling
or delivering ready-mix concrete for a public
works contract shall perform the following:
(1) Register as a public works contractor; (2)
Submit a certified copy of the payroll records
required by subdivision (a) of Section 1776 to
the party that engaged the company and to
the general contractor within five working days
after the employee has been paid, accompanied
by a written time record that shall be certified
by each driver for the performance of job duties;
and (3) Ready-mix concrete companies’
requirement to submit payroll online to DIR
using its electronic certified payroll reporting
system is temporarily on hold.
Notice is hereby given that the City Council
has ascertained the prevailing rates of per
diem wages in the locality in which the work
is to be done for each craft or type of workman
or mechanic needed to execute the
Contract in accordance with the provisions of
Section 1770, etc. seq. of the Labor Code;
said prevailing rates are on file in the Office
of the City Clerk and are incorporated herein
by reference. Copies shall be made available
to any interested party on request.
PREVAILING WAGE REQUIREMENTS:
Pursuant to California Labor Code Sections
1770, 1773, 1773.1, 1773.6, and 1773.7, as
amended, the applicable prevailing wages for
this project have been determined. It shall be
mandatory upon the contractor to whom the
contract is awarded and upon any subcontractor
under him to pay not less than the higher
of the Federal and the State prevailing wage
rates to all workers employed by them in the
execution of the contract. The applicable
Federal prevailing wage rates are those that
are in effect ten (10) calendar days prior to bid
opening; they are set forth on the U.S. General
Services Department website: https://beta.sam.
gov/help/wage-determinations but are not printed
in the Specifications. Lower State wage rates
for work classifications not specifically listed in
the Federal wage decision are not acceptable.
The applicable State prevailing wage rates
are set forth on the California Department
of Industrial Relations website: http://www.
dir.ca.gov/DLSR/PWD but are not printed in
the Specifications; these rates are subject to
predetermined increases.
The U.S. Department of Transportation (DOT)
provides a toll-free hotline service to report bid
rigging, bidder collusion, or other fraudulent
activities. The hotline is available Mondays
through Fridays between 8:00 a.m. and 5:00
p.m. eastern time, at (800) 424-9071. The
hotline is part of the DOT’s continuing effort to
identify and investigate highway construction
contract fraud and abuse and is operated under
the direction of the DOT Inspector General. All
information will be treated confidentially, and
caller anonymity will be respected.
Conflict of Interest: in the procurement of supplies,
equipment, construction, and services by
sub-recipients, the conflict of interest provisions
in 24 CFR 85.36, OMB Circular A-110, and 24
CFR 570.611 shall apply. No employee, officer,
or agent of the sub-recipient shall participate
in the selection, award, or administration of a
contract supported by federal funds if a conflict
of interest, real or apparent, would be involved.
This project is subject to the “Buy America” provisions
of the Surface Transportation Assistance
Act of 1982 as amended by the Intermodal
Surface Transportation Efficiency Act of 1991.
Yhis project is subject to the requirements of
the Cargo Preference Act, as described in
the Specifications.
Attention is directed to the provisions of Public
Contract Code Section 10164 concerning
Contractor’s licensing laws. This Contract
requires a Class A Contractor’s License. In
addition, a City of Inglewood business license
will also be required.
The successful bidder must obtain, and maintain
current until completion of the Project, an
Inglewood City Business License.
This Notice is given by order of the City
Administrator of the City of Inglewood,
California, and is dated this _________ day
of ____________________, 2021.
Artie Fields, City Manager
City of Inglewood, California
Inglewood Daily News Pub 2/18 and 2/25/21’
HI-27034
fOr mOrE INfOrmaTION CaLL 310-322-1830