
Page 6 August 13, 2020
PUBLIC NOTICES
Just when you think nothing great will happen, it does.... so keep the faith, your rainbow is right around the corner!!
- Love You, - Mom
NOTICE OF PETITION TO ADMINISTER
ESTATE OF:
JUNE MARIE FAIRBANKS AKA
JUNE M. FAIRBANKS AKA
JUNE MARIE OHLIN-FAIRBANKS
CASE NO. 20STPB04748
To all heirs, beneficiaries, creditors, contingent
creditors, and persons who may otherwise
be interested in the WILL or estate, or both
of JUNE MARIE FAIRBANKS AKA JUNE
M. FAIRBANKS AKA JUNE MARIE OHLINFAIRBANKS.
A PETITION FOR PROBATE has been filed
by WILLIAM A. DAMON in the Superior Court
of California, County of LOS ANGELES.
THE PETITION FOR PROBATE requests
that WILLIAM A. DAMON 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: 11/12/20 at 8:30AM in
Dept. 67 located at 111 N. HILL ST., LOS
ANGELES, CA 90012
Notice of Telephonic Hearing
Due to court closures, you may participate
telephonically by scheduling with CourtCall
at 1-888-882-6878. Please check the court's
website at www.lacourt.com for information
regarding closure to the public.
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
JAMES A. BOHAN, ESQ.
SBN 41268
LAW OFFICES OF JAMES A. BOHAN
3828 CARSON STREET
SUITE 100
TORRANCE CA 90503
7/30, 8/6, 8/13/20
CNS-3382886#
Hawthorne Press Tribune Pub. 7/30, 8/6,
8/13/20
HH-26846
INVITATION TO SUBMIT BID FOR
EMERGENCY OPERATION CENTER
(EOC) GENERATOR RELOCATION
PROJECT
BID NO. CB-20-09
PUBLIC NOTICE IS HEREBY GIVEN that the
CITY OF INGLEWOOD, as AGENCY, invites
sealed bids for the above-stated project and
will receive such bids in the office of the City
Clerk, One Manchester Boulevard, Inglewood,
California 90301 up to the hour of 11:30 a.m.
on Wednesday, September 2, 2020, at which
time they will be publicly opened.
Copies of the Plans, Specifications, and Contract
Documents are available at the Public Works
Department on the Third Floor of Inglewood
at City Hall, One Manchester Boulevard,
Inglewood, California 90301.
Each set of Plans and Specifications may
be obtained free of charge at the time of bid
(pre-award) for 1 hard copy (plans size 11”x17”)
or CD-ROM. Additional sets or request for
full size plan sheets (24”x36”) and hard copy
contract specifications or construction set
may be obtained for a fee of $50. During
Construction, Plan Sets and Specifications
requests will be charged a $50 fee per set.
All fees are non-refundable. If requested by
mail, prospective bidder must pre-pay mailing
charge of $15.00 per set requested.
Any contract entered into pursuant to this
Notice will incorporate the provisions of the
State Labor Code. Pursuant to the provisions
of Section 1773.2 of the Labor Code of the
State of California, the minimum prevailing rate
of per diem wages for each craft, classification,
or type of workman needed to execute
the contract shall be those determined by the
Director of Industrial Relations of the State of
California, which are on file at the City Hall,
City of Inglewood and are available to any
interested party on request.
There will be a Pre-Bid Job Walk on August
20, 2020 at 10:00 A.M. and the City will
adhere to all Covid-19 social distance rules.
Call the Project Manager, Juan Trinidad/
Catrece Bragg at (310) 412-5333, or email
at jtrinidad@cityofinglewood.org, cjbragg@
cityofinglewood.org should you require further
information.
Attention is directed to the provisions of Section
1777.5 (Chapter 1411, Statutes of 1968) and
1777.6 of the Labor Code concerning the
employment of apprentices by the Contractor
or any such subcontractor under him. Affirmative
action to ensure against discrimination in
employment practices on the basis of race,
color, national origin, ancestry, sex, religion,
or handicap will also be required.
The AGENCY will deduct 5-percent retention
from all progress payments as specified in
Section 9-3.2 of these Specifications. The
Contractor may substitute an escrow holder
surety of equal value to the retention. The
Contractor shall be beneficial owner of the
surety and shall receive any interest thereon.
The AGENCY hereby affirmatively ensures that
minority business enterprises will be afforded full
opportunity to submit bids in response to this
notice and will not be discriminated against on
the basis of race, color, national origin, ancestry,
sex, religion, or handicap in any consideration
leading to the award of contract.
In entering into a public works contract or a
subcontract to supply goods, services, or materials
pursuant to a public works contract, the
Contractor, or subcontractor offers and agrees
to assign to the awarding body all rights, title,
and interest in and to all cases of action it may
have under Section 4 of the Clayton Act (15
U.S.C. Section 15) or under the Cartwright Act
(Chapter 2 [commencing with Section 16700]
of Part 2 of Division 7 of the Business and
Professions Code), arising from purchases
of goods, services, or materials pursuant to
the public works contract or the subcontract.
This assignment shall be made and become
effective at the time the awarding body tenders
final payment to the Contractor without further
acknowledgment by the parties.
Bids must be prepared on the approved proposal
forms in conformance with the Instructions to
Bidders and submitted in a sealed envelope
plainly marked on the outside.
The bid must be accompanied by a certified
or cashier’s check or by bidder’s bond issued
an “admitted surety insurer,” made payable to
the AGENCY for an amount not less than 10
percent of the amount bid.
All bidders shall be licensed in accordance with
provisions of the Business and Professions
Code and shall possess a State Contractor’s
License, Class A at the time of bid
submittals. The successful Contractor and
his subcontractors will be required to possess
business licenses from the City of Inglewood and
maintain current until completion of the project.
Effective January 1, 2015, in order to be
awarded and to perform work on public works
projects, prime contractors and subcontractors
must possess and maintain registration with
the Department of Industrial Relations (DIR)
at https://efiling.dir.ca.gov/PWCR. This is a
separate requirement from the Contractors State
License Board (CSLB) licensing requirement.
See the Special Provisions for additional details.
The AGENCY reserves the right to reject any
or all bids, to waive any irregularities in any bid,
and to take all bids under advisement for a
period not to exceed sixty (60) days from and
after the date bids are opened and announced.
This Notice is given by order of the City Administrator
of the City of Inglewood,
California, and is dated this 6th day of
August, 2020.
Artie Fields, City Manager
City of Inglewood, California
Inglewood Daily News Pub. 8/6, 8/13/20
HI-26851
NOTICE TO CREDITORS
OF BULK SALE
(Division 6 of the Commercial Code)
Escrow No. 015562-MC
(1) Notice is hereby given to creditors of the
within named Seller(s) that a bulk sale is about
to be made on personal property hereinafter
described.
(2) The name and business addresses of
the seller are:
LENG CORPORATION, 12730 HAWTHORNE
BLVD., STE F, HAWTHORNE, CA 90250
(3) The location in California of the chief executive
office of the Seller is: SAME
(4) The names and business address of the
Buyer(s) are:
KAI GUANG INC. 12730 HAWTHORNE
BLVD., STE F, HAWTHORNE, CA 90250
(5) The location and general description of the
assets to be sold are FIXTURE, EQUIPMENT,
LEASEHOLD IMPROVEMENT, GOODWILL
of that certain business located at: 12730
HAWTHORNE BLVD., STE F, HAWTHORNE,
CA 90250
(6) The business name used by the seller(s)
at that location is: HONG KONG EXPRESS
(7) The anticipated date of the bulk sale is
08/31/20 at the office of Sincere Escrow, 935
S. San Gabriel Blvd. San Gabriel, CA 91776,
Escrow No. 015562-MC, Escrow Officer:
Margaret Chiu.
(8) Claims may be filed with Same as "7" above.
(9) The last date for filing claims is 08/28/20.
(10) This Bulk Sale is subject to Section 6106.2
of the Uniform Commercial Code.
(11) As listed by the Seller, all other business
names and addresses used by the Seller within
three years before the date such list was sent
or delivered to the Buyer are: NONE
Dated: July 29, 2020
Transferees:
KAI GUANG INC.
S/ Xiang Zhen Chi
8/13/20
CNS-3387007#
Hawthorne Press Tribune Pub. 8/13/20
HH-26858
NOTICE INVITING BIDS
Sealed proposals will be received by the City
Clerk of the City of Hawthorne, California at
the office in the City Clerk, located on the first
floor in City Hall, 4455 West 126th Street,
Hawthorne, CA, until 4:00 p.m. on Tuesday,
September 8, 2020.
In the event that the Los Angeles County
shelter-in-place order is extended, and/
or the City remains closed to the public,
interested parties should drop off their
bid packets at the drop box located in
the back entrance of Hawthorne City
Hall (Grevillea Ave entrance) or should
contact for scheduled drop offs.
Proposals will be publicly opened and
recorded on a Bid List at 4:15 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 Tuesday,
September 8, 2020 for the following:
PRAIRIE AVE. Improvement Project PHASE II
(Project No. 20-12)
SCOPE OF WORK
The work consists of excavation and removal
of existing pavement, concrete and asphalt paving,
construction of curb and gutter, sidewalks,
driveways, storm drain, potholing and ADA
ramps. In addition, work will include traffic signal
relocation, traffic striping, adjustment of utilities
and all other work necessary to complete the
ESTIMATED QUANTITIES PER EACH
YEAR
ITEM# DESCRIPTION UNIT APPROX
QTY
1 Construction survey LS 1
2 Clearing and grubbing including construction
BMP(SWPPP) implementation LS 1
3 Adjust manhole(MH) frames and cover to grade EA 20
4 Remove and install new sewer M.H. frame
and cover and adjust to grade EA 40
5 Adjust utility covers to grade EA 60
6 Edge milling per sheet 8, detail 1 SF 88,000
7 Cold Milling (Thickness per plan) SF 90,000
8 Excavation (Unclassified) CY 1,500
9 ARHM TON 8,500
10 Asphalt Concrete (PG-64-10) TON 3,500
11
Remove and Replace(or Reconstruct) PCC
curb and gutter over 6” CMB per SPPWC
Std. 120-2 type A2-200
LF 2,600
12 Construct new 11” street median curb over 6”
CMB per SPPWC Std. 120-1 LF 2,500
13 Remove and replace(or reconstruct) PCC ADA
ramp over 4” CMB per Caltrans std. A88A SF 8,100
14 Remove and replace(or reconstruct) 4” thick
sidewalk over 4” CMB SF 20,000
15
Remove and Replace(or reconstruct) 6” thick
PCC driveway over 6” CMB per Caltrans
std. A87A
SF 22,000
16 Remove and Replace(or reconstruct) 12” PCC
pavement over 8” CMB per sheet 8, detail 4 SF 500
17 CMB CY 600
18 4” PVC Sch.80 Sleeve LF 400
19 Traffic Control LS 1
20
Construct 3.5’ wide curb opening catch basin
per SPPWC std. 300-3 w/ local depression
including CPS unit, pipe connections, backfill
and all necessary removals
EA 2
21
Construct 7’ wide curb opening catch basin
per SPPWC std. 302-3 w/ local depression
including CPS unit, pipe connections, backfill
and all necessary removals
EA 1
22
Remove and replace(or reconstruct) 3’ wide curb
opening catch basin per SPPWC std. 302-3
w/ local depression including CPS unit, pipe
connections, backfill and all necessary removals
EA 1
23 Construct storm drain manhole per SPPWC
std. 321-2 EA 3
24
Remove existing pipe and Install 2-12” RCP
including potholing for ex. utility investigation
and pothole restoration, trench excavation,
joint connection, 1.5 sack slurry backfill, trench
bedding, compaction and all necessary shoring,
complete in place
LF 100
25
Install 15” RCP including potholing for ex. utility
investigation and pothole restoration, trench
excavation, joint connection, 1.5 sack slurry
backfill, trench bedding, compaction and all
necessary shoring, complete in place
LF 1,500
26 Storm drain junction structure per SPPWC
Std. 332-2 EA 1
27
Remove 10” VCP main sewer, Furnish and
Install 12” VCP Sewer Main Including trenching,
sheeting, shoring and bracing, backfilling
w/ 1.5 sack cement slurry and sand bedding,
complete in place in accordance with plans
and specifications
LS 1
28 Traffic Signal relocation at Rosecrans Ave. and
Prairie Ave. per sheet 17 LS 1
29 Traffic Signal Loop Detectors Type “E” EA 130
30 Traffic Signal Loop Bicycle Detectors Type “D” EA 40
31 Traffic signing, marking, striping and pavement
markers per sheet 9 to 14 LS 1
improvements in accordance with the Plans
and Specifications.
CLASSIFICATION OF CONTRACTORS
Contractors bidding this project must
possess a valid State of California “A”
Contractor’s License.
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 Plans and Specifications 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.
DEBARMENT AND SUSPENSION
CERTIFICATION OF OFFERER/BIDDER
REGARDING DEBARMENT
By submitting a bid/proposal under this
solicitation, the bidder or offeror certifies
that neither it nor its principals are presently
debarred or suspended by any Federal
department or agency from participation
in this transaction.
CERTIFICATION OF LOWER TIER CONTRACTORS
REGARDING DEBARMENT
The successful bidder, by administering
each lower tier subcontract that exceeds
$25,000 as a “covered transaction”,
must verify each lower tier participant
of a “covered transaction” under the
project is not presently debarred or
otherwise disqualified from participation
in this assisted project. The bidder is
to provide a Data Universal Numbering
System (DUNS) number. The bidder will
accomplish this by:
1. Checking the System for Award Management
at website: http://www.sam.gov
2. Collecting a certification statement
similar to the Certification of Offeror/
Bidder Regarding Debarment, above.
3. Inserting a clause or condition in
the covered transaction with the lower
tier contract.
If the City of Hawthorne later determines
that a lower tier participation failed to
disclose to a higher tier participant that
it was excluded or disqualified at the
time it entered the covered transaction,
the City of Hawthorne may pursue any
available remedies, including suspension
and debarments of the non-compliant
participant.
WAGES AND EQUAL EMPLOYMENT
OPPORTUNITY
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, and 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.
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 the race, color, place of
national origin or ancestry, sex, age, sexual
orientation, 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 223001 of
the Public Contract Code.
PROJECT INFORMATION
Plans and Specifications are available for
purchase at Hawthorne City Hall, Department
of Public Works, Engineering Division (second
floor), 4455 West 126th Street, Hawthorne, CA
90250 (310) 349-2980.
In the event that the Los Angeles County
shelter-in-place order is extended through
August 11, 2020, and/or the City remains
closed to the public, interested parties
should schedule Plans and Specifications
pick up. Interested parties are encouraged
to contact by phone (310) 349-2980 or
by email (hkwon@cityofhawthorne.org)
or by leaving their return phone number.
Any communication must be received no
later than Thursday, August 31, 2020
at 4:00 p.m.
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 questions and/or need clarification
regarding this project, please contact
Heecheol Kwon, Senior Engineer, in the
Department of Public Works, Engineering
Division, at telephone number (310)
349-2984.
The City of Hawthorne reserves the right
to reject any bid or all bids and to waive
any informality or irregularity in any bid.
Any contract awarded will be to the lowest,
qualified, responsive and responsible bidder.
Hawthorne Press Tribune Pub. 8/13, 8/20/20
HH-26859