
Page 10 April 15, 2021
PUBLIC NOTICES
PUBLISH
YOUR
PUBLIC
NOTICES
HERE
ABANDONMENTS:
$125.00
ABC NOTICES:
$125.00
DBA
(Fictitious Business Name)
$75.00
NAME CHANGE:
$200.00
Other type of notice? Contact us
and we can give you a price.
For DBA’s email us at:
dba@heraldpublications.com
All other legal notices email us at:
legalnotices@heraldpublications.com
Any questions?
Call us at 310-322-1830
City of Inglewood, Los Angeles County, California
Invitation to Submit Bid
(Specifications and Conditions Governing
Bid Award)
Project Subject to Bid
CB-21-10, “Inglewood Intelligent Transportation
System Phase V and VI Construction
Project.”
The City of Inglewood invites and will receive
bids duly filed as provided herein for the furnishing
of labor and materials and/or completing
the above-designated project. A mandatory
informational meeting for interested bidders
will be conducted on Tuesday, April 20,
2021 10:00 AM Pacific Time virtually via
web Conference Call. Bidders’ attendance
at this meeting is mandatory. This meeting is
to inform bidders of project requirements and
subcontractors of subcontracting and material
supply opportunities.
Join from the Meeting Link
https://willdan.webex.com/willdan/j.php?MTID=m
86b097aff6af5d8aee3400db6670bfba
Join by Meeting Number
Meeting number (access code): 145 735 9939
Meeting password: nFNfyAha335
Tap to join from a mobile device
(attendees only)
+1-415-655-0001, 1457359939## US Toll
Join by Telephone
+1-415-655-0001 US Toll
ITEM# ITEM DESCRIPTION UNIT QUANTITY
BASE BID
1 MOBILIZATION (6%) LS 1
2 SAFETY, SECURITY AND MAINTENANCE OF TRAFFIC LS 1
3 SAWCUT EXISTING PAVEMENT LF 190
4 EMBANKMENT CY 100
5 COLD MILLING SY 1,200
6 CONCRETE PAVEMENT REMOVAL SY 500
7 CEMENT TREATED SOIL BASE COURSE SY 1,700
8 4” BITUMINOUS SURFACE COURSE, GRADATION 2 SY 1,700
9 SURFACE PAINTED TAXIWAY LOCATION SIGN EA 1
10 PAVEMENT MARKING (YELLOW REFLECTORIZED) SF 280
BID ALTERNATE A
1 MOBILIZATION (6%) LS 1
2 SAFETY, SECURITY AND MAINTENANCE OF TRAFFIC LS 1
3 SAWCUT EXISTING PAVEMENT LF 1,100
4 CRACK REPAIR LF 400
5 CRACK SEAL LF 30000
6 COLD MILLING SY 2000
7 OBLITERATE EXISTING PAVEMENT MARKINGS SF 330
8 EMBANKMENT CY 110
9 CEMENT TREATED SOIL BASE COURSE SY 2000
10 4” BITUMINOUS SURFACE COURSE, GRADATION 2 SY 2500
11 EMULSIFIED ASPHALT SEAL COAT SY 38000
12 PAVEMENT MARKING (YELLOW REFLECTORIZED) SF 37500
13 SURFACE PAINTED TAXIWAY LOCATION SIGN EA 15
BID ALTERNATE B
1 MOBILIZATION (6%) LS 1
2 INSTALLATION AND REMOVAL OF STORM DRAIN INLET
PROTECTION LS 1
3 12 INCH HDPE PIPE LF 40
4 STORM DRAIN INLET EA 1
5 4’ WIDE CONCRETE VALLEY GUTTER LF 310
6 CONCRETE VALLEY GUTTER RECONSTRUCTION SF 50
7 TAXIWAY EDGE LIGHT REPAIR EA 3
8 EMBANKMENT CY 180
9 SAWCUT EXISTING PAVEMENT LF 1,300
10 COLD MILLING SY 3,130
11 CONCRETE PAVEMENT REMOVAL SY 160
12 CEMENT TREATED SOIL BASE COURSE SY 3,290
13 4” BITUMINOUS SURFACE COURSE, GRADATION 2 SY 3,290
14 PAVEMENT MARKING (WHITE REFLECTORIZED) SF 1,300
15 SURFACE PAINTED SERVICE ROAD SIGN LS 1
CLASSIFICATION OF CONTRACTORS
Contractors bidding this project must
possess a valid State of California A 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 and
must provide a list of related construction
projects at airports using FAA-specified
materials..
MANDATORY PRE-BID JOB WALK
Hawthorne Airport Administration Building located
at 12101 Crenshaw Blvd. Hawthorne,
CA 90250, on Tuesday, APRIL 20, 2021 at
10:00 A.M. BIDS WILL BE NULL AND
VOID IF CONTRACTOR DOES NOT
ATTEND THIS PRE-BID WALK.
SUBMISSION OF PROPOSALS
Original proposals must be submitted on
the blank forms prepared and furnished for
that purpose, which may be obtained at the
Department of Public Works, Engineering
Division (2nd Floor), Hawthorne City Hall,
4455 West 126th Street, Hawthorne, CA
90250. Bidders may also obtain copies
of the Plans and Specifications for the
contemplated work at this same location.
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,
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.
AMERICANS WITH DISABILITIES ACT:
By signing this Grant Agreement, Grantee assures
State that it complies with the Americans
with Disabilities Act (ADA) of 1990, (42 U.S.C.,
12101 et seq.), which prohibits discrimination on
the basis of disability, as well as all applicable
regulations and guidelines issued pursuant
to the ADA.
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
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., Thursday,
APRIL 29, 2021.
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, MAY
11, 2021 for the following:
HAWTHORNE MUNICIPAL AIRPORT
HAWTHORNE, CALIFORNIA
REHABILITATION OF TAXIWAYS
PROJECT
(City Project #21-02)
AIP Project No: 3-06-0101-019-2021
SCOPE OF WORK
The work consists of crack seal, seal coat
and new pavement markings for Taxiways
N and S, reconstructing Taxiway S between
Taxiways G and H and portions of Taxiway N
and all other work necessary to complete
the improvements in accordance with the
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
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 Guido Fernandez,
Airport Manager, at 310-349-1636 or Selena
Acuna, Assistant Engineer, Department of Public
Works, at telephone number (310) 349-2982.
Hawthorne Press Tribune Pub. 4/1, 4/15/21
HH-27085
ESTIMATED QUANTITIES
Global call-in numbers | Toll-free calling
restrictions
Join from a Video System or Application
Dial 1457359939@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 1457359939.willdan@lync.webex.com
Please visit https://pbsystem.planetbids.com/
portal/45619/portal-home to learn about bid
opportunities available to consultants, service
providers, contractors, vendors, or suppliers.
Each bid to be considered must be delivered
to and received by the City Clerk no later than
11:30 a.m. on Wednesday, May 5, 2021, at the
Office of the City Clerk, Inglewood City Hall; One
West Manchester Boulevard, Inglewood, CA
90301. Contact Peter Puglese, at ppuglese@
cityofinglewood.org or (310) 412-5333, should
you require further information.
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 CB-21-10, “Inglewood Intelligent
Transportation System Phase V and VI
Construction Project” 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 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 another 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 exceptions
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. This 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 California 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
regarding 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, California, or the
Division of Apprenticeship Standards and its
branch offices.
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, et. 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.
Attention is directed to the provisions of Public
Contract Code Section 10164 concerning
Contractor’s licensing laws. This contract
requires at least a valid California Contractor
License Class “A” License and/or “C10” Electrical
Contractor at the time of bid.
In addition, a City of Inglewood business license
will 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 Assistant City
Manager of the City of Inglewood, California,
and is dated this Wednesday, March 17, 2021
Louis Atwell
Assistant City Manager/Public Works
Director
City of Inglewood, California
Inglewood Daily News Pub. 4/8, 4/15/21
HI-27089
LIEN SALE: 2018 FORD
VIN: 1FADP5AU8JL100025
LIC: 8BYU603
DATE OF SALE: 10:00 A.M. 4/28/21
ADDRESS: 1511 W. CENTURY BLVD.
LOS ANGELES, CA 90047
INGLEWOOD DAILY NEWS: 4/15/21
HI-27103